Upload
others
View
7
Download
0
Embed Size (px)
Citation preview
समी -कडकटर लबो रटरी Semi-Conductor Laboratory
अतिरकष िवभाग भारत सरकार Government of Ind ia Depar tment o f Space
सकटर -72 सा अ िस नगर (मोहाली ) -160071 चडीगढ़ क समीप ( पजाब ) भारत
Sector-72 SAS Nagar (Mohal i ) -160071 Near Chandigarh (Punjab) Ind ia
फोनPhone +91-172-229 616683 फक स Fax +91-172-2237410
ईमलEmail hpssclgovin Website wwwsclgovin
िनिवदा सचना सख या एससीएलपीटी161 िदनाक Dated 04112019
TENDER NOTICE No SCLPT161
िन दशक एससीएल क िलए एव उनकी ओर स समी - कडक टर लबो रटरी क परमख करय एव भ डार िन न क िलए दो भाग म ऑन लाइन िनिवदा आम ितरत करत ह
For and on behal f o f The Director Head-Purchase amp Stores Semi-Conductor Laboratory (SCL) inv i tes Onl ine TWO part Tender for the fo l lowing
करमस
Sr No
िनिवदा सखया
Tender Number
िववरण Descr ip t ion सखया Quant i t y
1
एससीएल पीएस5
2019E0156401 SCLPS5 2019E0156401
एससीएल एसएएस नगर पजाब म िव यत िवतरण परणाली की आप ितर थापना परीकषण और कमीशन िनिवदा द तावज म
दी गई िव तत जानकारी क अनसार
Supply Insta l la t ion Test ing and Commiss ion ing of E lect r ica l D is t r ibut ion System at SCL SAS Nagar Punjab as per deta i ls g iven in Tender Document
01 No
िनिवदा द तावज डाउनलोड क िलए िदनाक और समय Date amp Time for download of Tender Form
श Starts 04112019 स from 1701 बजhrs (IST)
समा तEnds 04122019 तक at 1030 बजhrs (IST)
ऑन लाइन िनिवदा को दो भाग म पर तत करन की ितिथ एव समय Date amp Time of Submission of Online Tenders in TWO Parts
श Starts 04112019 स from 1702 बजhrs (IST)
समा तEnds 04122019 तक at 1100 बजhrs (IST)
ऑन लाइन िनिवदाए खोलन की ितिथ एव समय (तकनीकी भाग) Date amp Time of Opening of Online Tenders (Technical part)
11122019 स from 1101 बजhrs (IST)
12122019 कोat 1700 बजhrs (IST)
नोटNote
1 उप कत िनिवदा क िनिवदा द ता वज को e- tender por ta l ht tps eprocure isrogov in स दख सकत ह और एससीएल की वबसाइट wwwsc l gov in इसरो की वबसाइट www isroorg सीपीपी पोटर ल (h t tp eprocure gov in) स डाउनलोड कर सकत ह
Tender Document of above mentioned Tender can be accessed at e-tender portal httpseprocureisrogovin and can be downloaded from SCL website (wwwsclgovin) ISRO website (wwwisrogovin) CPP Portal (httpeprocuregovin)
परमख करय एव भडार परभागHead Purchase amp Stores Division
Tender No SCLPS52019E0156401 1
TenderDetails
Tender No SCLPS52019E0156401
Tender Date 31102019
Purchase Entity Pur_Entity5
TenderNotice
E‐procurement Tender no SCLPS52019E0156401 SEMI CONDUCTOR LABORATORY (SCL) invites
ONLINE offers in TWO part system through e‐tender portal httpseprocureisrogovin for Supply
Installation Testing and Commissioning of Electrical Distribution System including Illumination MCC
Panels Fire Detection System LAN Paging etc for the Chemical Store Building at Semi‐Conductor
Laboratory (SCL SAS Nagar Mohali (Punjab) as per detailed specification and BOQ attached in tender
document
Tender Documents can be downloaded from 04112019 at 1701 hours to 04122019 up to 1030
hours The vendors need to get enrolled in the e‐tender portal to access tender and submit their offer
online Vendors need to have Digital Signature Certificate as detailed on our e‐portal and corporate e‐
mail ID to register on the above portal Only online tenders will be accepted No ManualPostalcourier
e‐mailfax tender will be entertained Please note Tender fee shall not be applicable for tenders
submitted on‐line through this portal
Vendors interested to participate in this e‐Tender are required to register themselves as vendors if not
already registered in our e‐procurement portal httpseprocureisrogovin by downloading plugins and
help demos listed on the home page of the e procurement link mentioned above to complete the
vendor registration process They can seek help from help desk 0091‐20‐253155559167969601
(Emailsupportisronextenderscom) also the home page of e procurement portal may be accessed for
any technical help for registration and subsequent process Vendors may please note that without
registering in our E‐procurement portal they will not be able to quote for this tender
Tender No SCLPS52019E0156401 2
TenderAttachments
Technical Write‐upDrawings
Attachment ‐ I
IDT00247000000000000isro05401pdf
Attachment ‐ II
IDT00247000000000000isro05402pdf
Attachment ‐ III
IDT00247000000000000isro05403pdf
Attachment ‐ IV
IDT00247000000000000isro05404pdf
Attachment ‐ V
IDT00247000000000000isro05405pdf
Standard Terms and Conditions
Instructions to Tenders (PT)1Interested tenderers may at their option login to
httpeprocureisrogovin and submit offers as per details of notification
2This being a two part tender Technical and Commercial part separate the Technical part should not
contain Pricing information The tenders containing Price details in Technical part will be treated as
unsolicited offers and rejected
3 Request for the extension of the due date will not be considered
4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any
reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding
process andor rejection of its bid
5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can
bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of
Tender No SCLPS52019E0156401 3
their principals shall provide necessary latest authorization letter obtained from their
PrincipalsManufacturers in their bid
6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on
behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by
the said agent shall be excluded from the procurement process
7 Late tenders delayed tenders fax quotations and e mail quotations are not considered
Bids submitted other than EGPS mode shall not be considered
8 SCL reserves the right to verify all claims made by the bidder
9 SCL reserves the right to change any milestone date of the tendering activity tender schedule
10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected
11 If tender opening date happens to be a public holiday tender will be opened on the next working
day and interested bidders may depute their representatives to attend the Tender Opening with proper
authorization
12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
14 It is to be noted that the drawings specifications end use etc given by the purchaser are
confidential and shall not be disclosed to any third party
15 Prices are required to be quoted according to the units indicated in the tender When quotations are
given in terms of units other than those specified in the tender form relationship between the two sets
of units must be furnished
16 The quote should indicate quantity wise unit rate separately which have to be filled online The
Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated
and indicated in the column provided in online forms explicitly
17 Bidders are expected to comply with commercial and other terms and conditions given in vendor
specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in
the vendor specified terms column
18 All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the unraced technical offer bidder are advised not to
quote any rate with BOQ provide in technical specification document 19 Specifications Stores offered
should strictly confirm to our specifications Deviations if any should be clearly indicated by the
Tender No SCLPS52019E0156401 4
tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and
provide catalogues technical literature along with the quotations Test Certificates wherever necessary
should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as
well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the
Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
Tender No SCLPS52019E0156401 5
26 The bid should contain the following information
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
Tender No SCLPS52019E0156401 6
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
Tender No SCLPS52019E0156401 7
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
DOS PM‐ 20
INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER
1 Bid Open Authorization shall be submitted on line only complying specified schedule
2 Late tenders and delayed tenders will not be considered
3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown
separately in the tender
4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)
from the date of opening of the tender
(b)Prices are required to be quoted according to the units indicated in the annexed tender form
When quotations are given in terms of units other than those specified in the tender form relationship
between the two sets of units must be furnished
5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR
destinationdelivery at site
6 (a) All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer
(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of
non acceptance of tender the tenderer will have to remove the samples at his own expense
(c) Approximate net and gross weight of the items offered shall be indicated in your offer If
dimensional details are available the same should also be indicated in your offer
(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType
number of the stores offered and provide catalogues technical literature and samples wherever
necessary along with the quotations Test Certificates wherever necessary should be forwarded along
with supplies Wherever options have been called for in our specifications the tenderer should address
all such options Wherever specifically mentioned by us the tenderer could suggest changes to
specifications with appropriate response for the same
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 1
TenderDetails
Tender No SCLPS52019E0156401
Tender Date 31102019
Purchase Entity Pur_Entity5
TenderNotice
E‐procurement Tender no SCLPS52019E0156401 SEMI CONDUCTOR LABORATORY (SCL) invites
ONLINE offers in TWO part system through e‐tender portal httpseprocureisrogovin for Supply
Installation Testing and Commissioning of Electrical Distribution System including Illumination MCC
Panels Fire Detection System LAN Paging etc for the Chemical Store Building at Semi‐Conductor
Laboratory (SCL SAS Nagar Mohali (Punjab) as per detailed specification and BOQ attached in tender
document
Tender Documents can be downloaded from 04112019 at 1701 hours to 04122019 up to 1030
hours The vendors need to get enrolled in the e‐tender portal to access tender and submit their offer
online Vendors need to have Digital Signature Certificate as detailed on our e‐portal and corporate e‐
mail ID to register on the above portal Only online tenders will be accepted No ManualPostalcourier
e‐mailfax tender will be entertained Please note Tender fee shall not be applicable for tenders
submitted on‐line through this portal
Vendors interested to participate in this e‐Tender are required to register themselves as vendors if not
already registered in our e‐procurement portal httpseprocureisrogovin by downloading plugins and
help demos listed on the home page of the e procurement link mentioned above to complete the
vendor registration process They can seek help from help desk 0091‐20‐253155559167969601
(Emailsupportisronextenderscom) also the home page of e procurement portal may be accessed for
any technical help for registration and subsequent process Vendors may please note that without
registering in our E‐procurement portal they will not be able to quote for this tender
Tender No SCLPS52019E0156401 2
TenderAttachments
Technical Write‐upDrawings
Attachment ‐ I
IDT00247000000000000isro05401pdf
Attachment ‐ II
IDT00247000000000000isro05402pdf
Attachment ‐ III
IDT00247000000000000isro05403pdf
Attachment ‐ IV
IDT00247000000000000isro05404pdf
Attachment ‐ V
IDT00247000000000000isro05405pdf
Standard Terms and Conditions
Instructions to Tenders (PT)1Interested tenderers may at their option login to
httpeprocureisrogovin and submit offers as per details of notification
2This being a two part tender Technical and Commercial part separate the Technical part should not
contain Pricing information The tenders containing Price details in Technical part will be treated as
unsolicited offers and rejected
3 Request for the extension of the due date will not be considered
4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any
reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding
process andor rejection of its bid
5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can
bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of
Tender No SCLPS52019E0156401 3
their principals shall provide necessary latest authorization letter obtained from their
PrincipalsManufacturers in their bid
6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on
behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by
the said agent shall be excluded from the procurement process
7 Late tenders delayed tenders fax quotations and e mail quotations are not considered
Bids submitted other than EGPS mode shall not be considered
8 SCL reserves the right to verify all claims made by the bidder
9 SCL reserves the right to change any milestone date of the tendering activity tender schedule
10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected
11 If tender opening date happens to be a public holiday tender will be opened on the next working
day and interested bidders may depute their representatives to attend the Tender Opening with proper
authorization
12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
14 It is to be noted that the drawings specifications end use etc given by the purchaser are
confidential and shall not be disclosed to any third party
15 Prices are required to be quoted according to the units indicated in the tender When quotations are
given in terms of units other than those specified in the tender form relationship between the two sets
of units must be furnished
16 The quote should indicate quantity wise unit rate separately which have to be filled online The
Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated
and indicated in the column provided in online forms explicitly
17 Bidders are expected to comply with commercial and other terms and conditions given in vendor
specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in
the vendor specified terms column
18 All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the unraced technical offer bidder are advised not to
quote any rate with BOQ provide in technical specification document 19 Specifications Stores offered
should strictly confirm to our specifications Deviations if any should be clearly indicated by the
Tender No SCLPS52019E0156401 4
tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and
provide catalogues technical literature along with the quotations Test Certificates wherever necessary
should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as
well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the
Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
Tender No SCLPS52019E0156401 5
26 The bid should contain the following information
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
Tender No SCLPS52019E0156401 6
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
Tender No SCLPS52019E0156401 7
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
DOS PM‐ 20
INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER
1 Bid Open Authorization shall be submitted on line only complying specified schedule
2 Late tenders and delayed tenders will not be considered
3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown
separately in the tender
4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)
from the date of opening of the tender
(b)Prices are required to be quoted according to the units indicated in the annexed tender form
When quotations are given in terms of units other than those specified in the tender form relationship
between the two sets of units must be furnished
5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR
destinationdelivery at site
6 (a) All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer
(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of
non acceptance of tender the tenderer will have to remove the samples at his own expense
(c) Approximate net and gross weight of the items offered shall be indicated in your offer If
dimensional details are available the same should also be indicated in your offer
(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType
number of the stores offered and provide catalogues technical literature and samples wherever
necessary along with the quotations Test Certificates wherever necessary should be forwarded along
with supplies Wherever options have been called for in our specifications the tenderer should address
all such options Wherever specifically mentioned by us the tenderer could suggest changes to
specifications with appropriate response for the same
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 2
TenderAttachments
Technical Write‐upDrawings
Attachment ‐ I
IDT00247000000000000isro05401pdf
Attachment ‐ II
IDT00247000000000000isro05402pdf
Attachment ‐ III
IDT00247000000000000isro05403pdf
Attachment ‐ IV
IDT00247000000000000isro05404pdf
Attachment ‐ V
IDT00247000000000000isro05405pdf
Standard Terms and Conditions
Instructions to Tenders (PT)1Interested tenderers may at their option login to
httpeprocureisrogovin and submit offers as per details of notification
2This being a two part tender Technical and Commercial part separate the Technical part should not
contain Pricing information The tenders containing Price details in Technical part will be treated as
unsolicited offers and rejected
3 Request for the extension of the due date will not be considered
4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any
reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding
process andor rejection of its bid
5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can
bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of
Tender No SCLPS52019E0156401 3
their principals shall provide necessary latest authorization letter obtained from their
PrincipalsManufacturers in their bid
6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on
behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by
the said agent shall be excluded from the procurement process
7 Late tenders delayed tenders fax quotations and e mail quotations are not considered
Bids submitted other than EGPS mode shall not be considered
8 SCL reserves the right to verify all claims made by the bidder
9 SCL reserves the right to change any milestone date of the tendering activity tender schedule
10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected
11 If tender opening date happens to be a public holiday tender will be opened on the next working
day and interested bidders may depute their representatives to attend the Tender Opening with proper
authorization
12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
14 It is to be noted that the drawings specifications end use etc given by the purchaser are
confidential and shall not be disclosed to any third party
15 Prices are required to be quoted according to the units indicated in the tender When quotations are
given in terms of units other than those specified in the tender form relationship between the two sets
of units must be furnished
16 The quote should indicate quantity wise unit rate separately which have to be filled online The
Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated
and indicated in the column provided in online forms explicitly
17 Bidders are expected to comply with commercial and other terms and conditions given in vendor
specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in
the vendor specified terms column
18 All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the unraced technical offer bidder are advised not to
quote any rate with BOQ provide in technical specification document 19 Specifications Stores offered
should strictly confirm to our specifications Deviations if any should be clearly indicated by the
Tender No SCLPS52019E0156401 4
tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and
provide catalogues technical literature along with the quotations Test Certificates wherever necessary
should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as
well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the
Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
Tender No SCLPS52019E0156401 5
26 The bid should contain the following information
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
Tender No SCLPS52019E0156401 6
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
Tender No SCLPS52019E0156401 7
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
DOS PM‐ 20
INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER
1 Bid Open Authorization shall be submitted on line only complying specified schedule
2 Late tenders and delayed tenders will not be considered
3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown
separately in the tender
4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)
from the date of opening of the tender
(b)Prices are required to be quoted according to the units indicated in the annexed tender form
When quotations are given in terms of units other than those specified in the tender form relationship
between the two sets of units must be furnished
5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR
destinationdelivery at site
6 (a) All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer
(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of
non acceptance of tender the tenderer will have to remove the samples at his own expense
(c) Approximate net and gross weight of the items offered shall be indicated in your offer If
dimensional details are available the same should also be indicated in your offer
(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType
number of the stores offered and provide catalogues technical literature and samples wherever
necessary along with the quotations Test Certificates wherever necessary should be forwarded along
with supplies Wherever options have been called for in our specifications the tenderer should address
all such options Wherever specifically mentioned by us the tenderer could suggest changes to
specifications with appropriate response for the same
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 3
their principals shall provide necessary latest authorization letter obtained from their
PrincipalsManufacturers in their bid
6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on
behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by
the said agent shall be excluded from the procurement process
7 Late tenders delayed tenders fax quotations and e mail quotations are not considered
Bids submitted other than EGPS mode shall not be considered
8 SCL reserves the right to verify all claims made by the bidder
9 SCL reserves the right to change any milestone date of the tendering activity tender schedule
10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected
11 If tender opening date happens to be a public holiday tender will be opened on the next working
day and interested bidders may depute their representatives to attend the Tender Opening with proper
authorization
12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
14 It is to be noted that the drawings specifications end use etc given by the purchaser are
confidential and shall not be disclosed to any third party
15 Prices are required to be quoted according to the units indicated in the tender When quotations are
given in terms of units other than those specified in the tender form relationship between the two sets
of units must be furnished
16 The quote should indicate quantity wise unit rate separately which have to be filled online The
Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated
and indicated in the column provided in online forms explicitly
17 Bidders are expected to comply with commercial and other terms and conditions given in vendor
specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in
the vendor specified terms column
18 All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the unraced technical offer bidder are advised not to
quote any rate with BOQ provide in technical specification document 19 Specifications Stores offered
should strictly confirm to our specifications Deviations if any should be clearly indicated by the
Tender No SCLPS52019E0156401 4
tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and
provide catalogues technical literature along with the quotations Test Certificates wherever necessary
should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as
well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the
Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
Tender No SCLPS52019E0156401 5
26 The bid should contain the following information
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
Tender No SCLPS52019E0156401 6
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
Tender No SCLPS52019E0156401 7
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
DOS PM‐ 20
INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER
1 Bid Open Authorization shall be submitted on line only complying specified schedule
2 Late tenders and delayed tenders will not be considered
3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown
separately in the tender
4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)
from the date of opening of the tender
(b)Prices are required to be quoted according to the units indicated in the annexed tender form
When quotations are given in terms of units other than those specified in the tender form relationship
between the two sets of units must be furnished
5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR
destinationdelivery at site
6 (a) All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer
(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of
non acceptance of tender the tenderer will have to remove the samples at his own expense
(c) Approximate net and gross weight of the items offered shall be indicated in your offer If
dimensional details are available the same should also be indicated in your offer
(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType
number of the stores offered and provide catalogues technical literature and samples wherever
necessary along with the quotations Test Certificates wherever necessary should be forwarded along
with supplies Wherever options have been called for in our specifications the tenderer should address
all such options Wherever specifically mentioned by us the tenderer could suggest changes to
specifications with appropriate response for the same
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 4
tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and
provide catalogues technical literature along with the quotations Test Certificates wherever necessary
should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as
well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the
Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender
21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the
orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner
whatsoever to any other party save with the previous written consent of the purchaser Such consent
by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation
duty or responsibility under the Purchase Order Contract
22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act
23 The authority of the person submitting the tender if called for should be produced
24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir
authorized representatives who may like to attend the tender opening against presentation of
Authorization letter Due to any breakdown in serverlink bid opening will be continued on the
following dates
The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders
only
25 PROCEDURE FOR EVALUATION OF TENDERS
Technical Evaluation Criteria
Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall
be considered to be technically qualified
Evaluation of Price Bids
The following elements shall be considered for evaluation of Priced Commercial offer
a Price quoted by the bidder in the price bid template for meeting the functionalities given in the
Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance
with the Payment Terms prescribed in this tender document In the event the bidder offers Payment
Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base
Rate of SBI prevailing on the date of opening of price bids
c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the
rate 05 percent of the LC value towards confirmation charges
d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the
bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India
Tender No SCLPS52019E0156401 5
26 The bid should contain the following information
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
Tender No SCLPS52019E0156401 6
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
Tender No SCLPS52019E0156401 7
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
DOS PM‐ 20
INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER
1 Bid Open Authorization shall be submitted on line only complying specified schedule
2 Late tenders and delayed tenders will not be considered
3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown
separately in the tender
4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)
from the date of opening of the tender
(b)Prices are required to be quoted according to the units indicated in the annexed tender form
When quotations are given in terms of units other than those specified in the tender form relationship
between the two sets of units must be furnished
5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR
destinationdelivery at site
6 (a) All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer
(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of
non acceptance of tender the tenderer will have to remove the samples at his own expense
(c) Approximate net and gross weight of the items offered shall be indicated in your offer If
dimensional details are available the same should also be indicated in your offer
(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType
number of the stores offered and provide catalogues technical literature and samples wherever
necessary along with the quotations Test Certificates wherever necessary should be forwarded along
with supplies Wherever options have been called for in our specifications the tenderer should address
all such options Wherever specifically mentioned by us the tenderer could suggest changes to
specifications with appropriate response for the same
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 5
26 The bid should contain the following information
a Agency Commission Bidders are required to provide the following information in respect of their
authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for
consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the
contact person A letter from the Manufacturersupplier in the current date certifying that the said
Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian
Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under
the proposed purchase The amount of agency commission included in the price and payable to Indian
Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in
Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date
of placement of the Purchase Order and which shall not be subject to any further exchange variations
The payment will be released to the Indian Agents within 30 days from the date of acceptance of the
goods
b Details of any technical service if required for erection assembly commissioning and
demonstration
27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer
country
28 The details of Import License will be furnished in the Purchase Order
29 Instructionoperation manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documentscorrespondence should be in English Language
only
30 Part shipment is not allowed unless specifically agreed to by us
31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any
Agency nominated by us
32 RECOVERY OF SUM DUE
Whenever any claim for the payment of whether liquidated or not money arising out of or under this
Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in
part or whole the security deposited by the Contractor if a security is taken against the Contract In the
event of the security being insufficient or if no security has been taken from the Contractor then the
balance or the total sum recoverable as the case may be shall be deducted from any sum then due or
which at any time thereafter may become due to the Contractor under this or any other Contract with
the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor
shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or
makes any claim whether liquidated or not against the Contractor under any other Contract with the
purchaser the payment of all moneys payable under the Contract to the Contractor including the
Tender No SCLPS52019E0156401 6
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
Tender No SCLPS52019E0156401 7
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
DOS PM‐ 20
INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER
1 Bid Open Authorization shall be submitted on line only complying specified schedule
2 Late tenders and delayed tenders will not be considered
3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown
separately in the tender
4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)
from the date of opening of the tender
(b)Prices are required to be quoted according to the units indicated in the annexed tender form
When quotations are given in terms of units other than those specified in the tender form relationship
between the two sets of units must be furnished
5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR
destinationdelivery at site
6 (a) All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer
(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of
non acceptance of tender the tenderer will have to remove the samples at his own expense
(c) Approximate net and gross weight of the items offered shall be indicated in your offer If
dimensional details are available the same should also be indicated in your offer
(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType
number of the stores offered and provide catalogues technical literature and samples wherever
necessary along with the quotations Test Certificates wherever necessary should be forwarded along
with supplies Wherever options have been called for in our specifications the tenderer should address
all such options Wherever specifically mentioned by us the tenderer could suggest changes to
specifications with appropriate response for the same
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 6
security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid
by the Contractor
33 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
34TECHNICAL DOCUMENTATION
The Contractor shall provide installation operation maintenance and programming manual All
documentation shall be in English language
35 CONTRACTORS DEFAULT LIABILITY
The purchaser may upon written notice of default to the Contractor terminate the Contract in
whole or in part in circumstances detailed hereunder
a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the
time specified in the Contractagreement or within the period for which extension has been
granted by the Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
In the event the Purchaser terminates the Contract in whole or in part as provided in this tender
document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he
may deem appropriate stores similar to that terminated and the Contractor shall be liable to the
Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as
defined in Clause 24 until such reasonable time as may be required for the final supply of stores
A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any
other rights provided in this Article may require the Contractor to transfer title and deliver to the
Purchaser under any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b) Such partially completed stores
drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor
has specifically produced or acquired for the performance of the Contract as terminated The Purchaser
shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing material delivered and accepted
B) In the event the Purchaser does not terminate the Contract as provided in this tender document the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
Tender No SCLPS52019E0156401 7
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
DOS PM‐ 20
INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER
1 Bid Open Authorization shall be submitted on line only complying specified schedule
2 Late tenders and delayed tenders will not be considered
3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown
separately in the tender
4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)
from the date of opening of the tender
(b)Prices are required to be quoted according to the units indicated in the annexed tender form
When quotations are given in terms of units other than those specified in the tender form relationship
between the two sets of units must be furnished
5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR
destinationdelivery at site
6 (a) All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer
(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of
non acceptance of tender the tenderer will have to remove the samples at his own expense
(c) Approximate net and gross weight of the items offered shall be indicated in your offer If
dimensional details are available the same should also be indicated in your offer
(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType
number of the stores offered and provide catalogues technical literature and samples wherever
necessary along with the quotations Test Certificates wherever necessary should be forwarded along
with supplies Wherever options have been called for in our specifications the tenderer should address
all such options Wherever specifically mentioned by us the tenderer could suggest changes to
specifications with appropriate response for the same
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 7
purchaser for liquidated damages for delay as set out in this tender document until the stores are
accepted
DOS PM‐ 20
INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER
1 Bid Open Authorization shall be submitted on line only complying specified schedule
2 Late tenders and delayed tenders will not be considered
3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown
separately in the tender
4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)
from the date of opening of the tender
(b)Prices are required to be quoted according to the units indicated in the annexed tender form
When quotations are given in terms of units other than those specified in the tender form relationship
between the two sets of units must be furnished
5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR
destinationdelivery at site
6 (a) All available technical literature catalogues and other data in support of the specifications and
details of the items should be furnished along with the offer
(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser
shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of
non acceptance of tender the tenderer will have to remove the samples at his own expense
(c) Approximate net and gross weight of the items offered shall be indicated in your offer If
dimensional details are available the same should also be indicated in your offer
(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should
be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType
number of the stores offered and provide catalogues technical literature and samples wherever
necessary along with the quotations Test Certificates wherever necessary should be forwarded along
with supplies Wherever options have been called for in our specifications the tenderer should address
all such options Wherever specifically mentioned by us the tenderer could suggest changes to
specifications with appropriate response for the same
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 8
7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portions of the quantity offered and the
tenderers shall supply the same at the rates quoted
8 The tenderer should supply along with his tender the name of his bankers as well as the latest
Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned
under the seal of his office if required by the Purchaser
9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25 of the quantity offered by them at the rates quoted
10 The authority of the person signing the tender if called for should be produced
TERMS CONDITIONS OF TENDER
1 DEFINITIONS
(a) The term PURCHASER shall mean the President of India or his successors or assigns
(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors successors
representative heirs executors and administrators unless excluded by the Contract
(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified
in the Purchase Order including erection of plants machinery and subsequent testing should such a
condition is included in the Purchase Order
(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an
Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the tender or offer of the
Contractor for supply of stores or plant machinery or equipment or part thereof
2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by
a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser
and within the period specified by him deposit with him in cash or in any other form as the Purchaser
may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser
shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the
Contractor fails to provide the security within the period specified such failure shall constitute a breach
of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 9
the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)
hereof andor to recover from the Contractor damages arising from such cancellation
4 GUARANTEE REPLACEMENT
(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid
down for material workmanship and performance
(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered
therein or any defects therein found to have developed under proper use arising from faulty stores
design or workmanship the Contractor shall remedy such defects at his own cost provided he is called
upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who
shall state in writing in what respect the stores or any part thereof are faulty
(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores
such replacement or renewal shall be made by the Contractor free of all costs to the purchaser
provided the notice informing the Contractor of the defect is given by the purchaser in this regard within
the said period of 14 months from the date of acceptance thereof
(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or
repair or replace at the cost of the Contractor the whole or any portion of the defective stores
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the
option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank
approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first
shipment documents On the performance and completion of the Contract in all respects the Bank
Guarantee will be returned to the Contractor without any interest
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of the stores at purchasers site
(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called
for by our specifications then such a specification shall apply in such cases the period of 14 months
referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months
5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being
sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and
ensure safe arrival at the destination The packing and marking of packages shall be done by and at the
expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 10
being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually
received in good condition in accordance with the Contract
6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities
specifying the goods dispatched The consignment should be dispatched with clear Railway
ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will
take no responsibility for short deliveries or wrong supply of goods when the same are booked on said
to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance
with the Contract
7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch
documents
8 ACCEPTANCE OF STORES
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by
the purchaser at the Contractors own risk expense and cost
(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval
by the purchaser whose decision shall be final
(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality
requirements specified in the Purchase Order they may be either rejected or accepted at a price to be
fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)
above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the
open market at the expense of the Contractor stores meeting the necessary performance and quality
Contracted for in place of those rejected provided that either the purchase or the agreement to
purchase from another supplier is made within six months from the date of rejection of the stores as
aforesaid
9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility
If instructions for their disposal are not received from the Contractor within a period of 14 days from the
date of receipt of the advice of rejection the purchaser or his representative has at his discretion the
right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk
and expense freight being payable by the Contractor at actuals
10 DELIVERY
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed
to be the essence of the Contract and delivery must be completed on or before the specified dates
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 11
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period
prescribed for such delivery the purchaser shall be entitled at his option either
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of
05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during
which the delivery of such store may be in arrears subject to a minimum of 10 or
(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the
Contractor the stores not delivered or others of a similar description (where others exactly complying
with the particulars are not in the opinion of the purchaser readily procurable such opinion being
final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of
stores not so delivered or others of a similar description (where others exactly if complying with the
particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and
cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above
the Contractor shall be liable for any loss which the purchaser may sustain on that account provided
that the re purchase or if there is an agreement to repurchase then such agreement is made within six
months from the date of such failure But the Contractor shall not be entitled to any gain on such re
purchase made against default The manner and method of such re purchase shall be at the discretion of
the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice
of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the
purchaser to recover damages for breach of Contract by the Contractor
11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an
application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to
deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as
reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances of the case without prejudice to the
purchasers right to recover liquidated damages under clause 10 thereof
12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of
the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection
as and when called upon to do so within the period specified by the purchaser the purchaser shall have
the right to get the erection done through any source of his choice In such an event the Contractor
shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection
The Contractor shall however not be entitled to any gain due to such an action by the purchaser
13 PAYMENT Contractors bill will be passed for payment only after the stores have been received
inspected and accepted by the Purchaser
14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from
the date of receipt of the materials
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 12
15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money
arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover
such sum by appropriating in part or whole the security deposited by the Contractor if a security is
taken against the Contract In the event of the security being insufficient or if no security has been taken
from the Contractor then the balance or the total sum recoverable as the case may be shall be
deducted from any sum then due or which at any time thereafter may become due to the Contractor
under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full
amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due
Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor
under any other Contract with the purchaser the payment of all moneys payable under the Contract to
the Contractor including the security deposit shall be withheld till such claims of the purchaser are
finally adjudicated upon and paid by the Contractor
16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied
against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall
at all times indemnify the purchaser against all claims which may be made in respect of the stores for
infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk
of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contact
17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the
interpretation and application of the Contract such disputes or differences or claims shall be settled
amicably by mutual consultations of the good Offices of the respective Parties and recognizing their
mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not
possible within 30 days from the date of receipt of written notice of the existence of such disputes
then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator
appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration
and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules
and regulations The expenses for the Arbitration shall be shared equally or as may be determined by
the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between
the Parties The applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or
cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been
accepted by the Purchaser unless specific written acceptance thereof is obtained
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 13
19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a
bank guarantee or any other form as called for by the purchaser towards adequate security for the
materials and properties provided by the Purchaser for the due execution of the Contract
20 In eprocurement system submission of bid is a two step process After submission of their bids
bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open
authorization in the eprocurement system to enable the Purchaser to open the bid If open
authorization is not completed by the bidder then Purchaser will not be able to open the bid and the
bid becomes invalid
In case bidder encounters any technical snag pertaining to eprocurement system while acting on the
tender computer screen shot of the error message with date time stamp on the web browser along
with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2
working days before the due date and time of bid submission The contact detail of the help desk is
available on the home page of the eprocurement website
Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound
to do so if the problems are reported beyond the time mentioned above Purchaser will not be
responsible for non submission of bids for such cases
The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may
vary from case to case Hence bidders are advised to submit the bid well in advance before closing date
and time to avoid last minute issues
DOS PM‐ 22
Instruction to Tenderer
1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in
all respects with technical specifications including pamphlets and catalogues
2 A Proforma Invoice may also be given which should contain the following information
a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel
post up to should be separately indicated
b) Agency Commission The amount of commission included in the price and payable to the Indian Agent
of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees
on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of
placement of the Purchase Order and which shall not be subject to any further exchange variations This
payment will be released to the Indian Agent immediately after Customs clearance of the goods in India
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 14
c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency
Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser
However the Contractors invoice should separately reflect the amount of commission payable to his
Indian Agent
d) The earliest delivery period and country of origin of the Stores
e) Bankers name address telephonefax Nos and eMail ID of the Contractor
f) The approximate net and gross weight and dimensions of packages cases
g) Recommended spares for satisfactory operation for a minimum period of one year
h) Details of any technical service if required for erection assembly commissioning and demonstration
3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the
tenderers country
4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part
tender) from the due date of opening of the tender
5 Samples if called for should be sent free of all charges
6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed
offers
7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma
invoice of their Principals
8 The details of Import Licence will be furnished in the Purchase Order
9 The authority of person signing the tender if called for shall be produced
10 Instructions Operation Manual containing all assembly details including wiring diagrams should be
sent wherever necessary in duplicate All documents correspondence should be in English language
only
11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without
assigning any reason
12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in
writing by the Purchaser
13 a) Part shipment is not allowed unless specifically agreed to by us
b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency
nominated by us
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 15
14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the
Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it
shall be arranged by Contractors
15 Where erection or assembly or commissioning is a part of the Contract it should be done
immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to
delay in fulfilling this responsibility
16 For items having shelf life those with maximum shelf life should be supplied if order is placed
TERMS AND CONDITIONS
1 DEFINITIONS
(a) The term Purchaser shall mean the President of India or his successors or assignees
(b) The term Contractor shall mean the person firm or company with whom or with which the order for
the supply of stores is placed and shall be deemed to include the Contractors Successors
representatives heirs executors and administrators unless excluded by the Contract
(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of stores of plant machinery or equipment of part thereof
(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in
the Purchase Order
2 PRICES
Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a
tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be
supported by the base price taken into account at the time of tendering and also the formula for any
such variations
3 TERMS OF PAYMENT
31 Being a Department of the Government of India the normal terms of payment are by Sight Draft
However other terms of payment like establishment of Letter of Credit may be considered by the
Purchaser on such terms and conditions as may be agreed upon
32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned
documents
a) Original Bill of Lading Airway Bill
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 16
b) Commercially certified invoices describing the stores delivered quantity unit rate and their total
value in triplicate The invoice should indicate the discounts if any and Agency Commission separately
c) Packing List showing individual dimensions and weight of packages
d) Country of Origin Certificate in duplicate
e) Test Certificate
f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices
and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser
g) Warrantee and guarantee Certificates vide Clause 20 herein below
4 IMPORTANT LICENCE
Reference to Import License No and date and Contract number and date shall be prominently indicated
in all the documents
5 DEMURRAGE
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of
shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)
from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill
for air consignments
6 ADDRESS OF INDIAN AGENTS
7 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the Contract Delivery must be completed within the date specified therein
8 INSPECTION AND ACCEPTANCE TEST
81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to
inspect examine and test on the Contractors premises the material and workmanship of all stores to be
supplied under this Contract and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect examine and test as if
the equipment were being manufactured on the Contractors premises Such inspection examination
and testing shall not release the Contractor from the obligations under this Contract
82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall
provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or
as may be reasonably needed by the purchasers representative to carry out the tests efficiently
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 17
83 When the stores have passed the specified test the purchasers representative shall furnish a
certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests
certificates to the purchaser as may be required
9 MODE OF DESPATCH
Generally stores should be despatched through Indian Flagged Vessel Air India or through any other
Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept
inside each of the packages
10 PORT OF ENTRY
New Delhi Mumbai
11 CONSIGNEE
Purchase and Stores Officer Stores
12 SHIPPING MARKS
The mark on the shipping documents such as invoice bill of lading and on the packages should be as
follow
PURCHASE ORDER NO
DATED
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
(name of the CentreUnit)
Destination
Port of Entry
13 INSURANCE OF THE STORES
The necessity or otherwise of insurance will be as indicated in the Purchase Order
14 CONTRACTORS DEFAULT LIABILITY
141 The purchaser may upon written notice of default to the Contractorterminate the Contract in
whole or in part in circumstances detailedhereunder
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 18
a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time
specified in the Contract agreement or within the period for which extension has been granted by the
Purchaser to the Contractor
b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of
this Contract
15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the
Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem
appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19
until such reasonable time as may be required for the final supply of stores
151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights
provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under
any of the following clauses in the manner and as directed by the Purchaser
a) Any completed stores
b)Such partially completed stores drawing information and Contract rights (hereinafter called
manufacturing material) as the Contractor has specifically produced or acquired for the performance of
the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed
stores delivered to and accepted by the purchaser and for manufacturing material delivered and
accepted
152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the
Contractor shall continue the performance of the Contract in which case he shall be liable to the
purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION
LIQUIDATED DAMAGES until the stores are accepted
16 REPLACEMENT
If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to
the Contractor setting forth particulars of such stores damaged or lost during transit The replacement
of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in
the intended usage of the Stores In case the purchaser agrees the price towards replacement items
shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably
worked out from the tender
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective in material or
workmanship or otherwise not in conformity with the requirements of the Contract specifications the
purchaser shall either reject the stores or request the Contractor in writing to rectify the same The
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 19
Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost
to the purchaser If the Contractor fails to do so the purchaser may at his option either
a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or
b) terminate the Contract for default as provided under clause 14 above or
c) acquire the defective stores at a reduced price considered equitable under the circumstances The
provision of this article shall not prejudice the Purchasers rights under clause 19
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts
of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight
embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim
for an extension of time The purchaser on receipt of such notice after verification if necessary may
agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms
and conditions of the Contract
19 DELAY IN COMPLETION LIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in theContract or any extension
thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one
percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit
or units so delayed Stores will be deemed to have been delivered only when all their component parts
are also delivered If certain components are not delivered in time the stores will be considered as
delayed until such time as the missing parts are delivered
20 GUARANTEE and REPLACEMENT
a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid
down for material workmanship and performance
b) For a period of twelve months after the acceptance of the stores if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials design or workmanship the Contractor shall remedy such defects at his own cost provided he
is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty
c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such
replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided
the notice informing the Contractor of the defect is given by the purchaser in this regard within the said
period of 14 months from the date of acceptance thereof
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 20
d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair
or replace at the cost of the Contractor the whole or any portion of the defective stores
e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are
defective or any defects has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor
f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option
of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format
enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of
the Contract along with first shipment documents On the performance and completion of the Contract
in all respects the Bank Guarantee will be returned to the Contractor without any interest
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival
of stores at purchasers site
h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for
by our specifications then such a specification shall apply and in such cases the period of 14 months
referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months
21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED
The Contractor shall also undertake the supply of additional number of items covered by the order as
considered necessary by the purchaser at a later date the actual price to be paid shall be mutually
agreed to after negotiations
22 PACKING
a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable
in a manner suitable for export to a tropical humid climate in accordance with internationally accepted
export practices and in such a manner so as to protect it from damage and deterioration in transit by
road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due
to improper packing
b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for
correct identification The failure to comply with this requirement shall make the Contractor liable for
additional expenses involved
c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as
well as the expected date of arrival of such shipment at the designated port of arrival
d) The Contractor shall give complete shipment information concerning the weight size content of each
packages etc
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 21
e) Transshipment of equipment shall not be permitted except with the written permission of the
purchaser
f) Apart from the despatch documents negotiated through Bank the following documents shall also be
airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of
air consignments
a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)
b) Invoice (3 copies)
c) Packing List (3 copies)
d) Test Certificate (3 copies)
e) Certificate of Origin
The Contractor shall also ensure that one copy of the packing list is enclosed in each case
23 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to the interpretation and
application of the Contract such disputes or differences or claims shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30
days from the date of receipt of written notice of the existence of such disputes then the unresolved
disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and
Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding between the Parties The
applicable language for Arbitration shall be English only
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained
24 LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification schedule notice correspondence
operating and maintenance instructions drawings or any other writings shall be written in English
language The metric system of measurement shall be used exclusively in the Contract
25 INDEMNITY
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 22
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this
Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times
indemnify the purchaser against all claims which may be made in respect of stores for infringement of
any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or
damage which may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract
26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS
Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the
supplier the same shall not be deemed to have been accepted by the purchaser unless specific written
acceptance thereof is obtained
27 SECURITY INTEREST
On each item to be delivered under this Contract including an item of work in progress in respect of
which payments have been made in accordance with the terms of the Contract purchaser shall have a
security interest in such items which shall be deemed to be released only at the time when the
applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the
terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against
any other charge or interest created in respect of such items by any entity
28 BANK CHARGES
While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the
Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising
amendment commissions
29 TRAINING
The Contractor shall if required by the purchaser provide facilities for the practical training of
Purchasers engineering technical personnel from India and for their active association on the
manufacturing processes throughout the manufacturing period of the Contract stores number of such
personnel to be mutually agreed upon
30 APPLICABLE LAW
The Contract shall be interpreted construed and governed by the laws of India
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 23
BidTemplates
GENERAL CONDITIONS
Item Specifications
Sl No Specifications Complianc
e (Yes No)
Offered Specifications Remarks
1 Intent of the ProjectaThe scope of Project includes Supply
Installation Testing and Commissioning of electrical
distribution system including illumination MCC Panels fire
detection system Local Area Network (LAN) Paging etc for
the Chemical Store Building at Semi‐Conductor Laboratory
(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope
includes receiving unloading storage insurance in‐plant
transportation and all equipment amp accessories covered under
this specificationcTechnical SpecificationBrief overview of
Equipment amp services under this specification is described
hereiGeneral SpecificationiiSupply amp Installation of
Electrical MCCPCC Panels MCB DB exhaust fan light fixtures
etciiiSupply amp Installation of wire cables conduits Modules
SwitchSockets termination earthing etcivSupply amp
Installation of Fire detection system and its
accessoriesvSupply amp Installation of NetworksLAN
systemviSupply and installation of material for Earthing and
lightning protection system viiAny other electrical
requirement for execution of the work dDrawing amp notes All
drawing amp notes as listed in the annexure form a part of this
specification
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 24
2 General Information for Site Condition The Contractor may
visit the site of work at SCL to acquaint themselves of the
actual site conditions
3 Code amp Standards All electrical equipment and accessories to
be furnished installed and commissioned under scope of
these specifications shall be designed manufactured tested
and installed in accordance with relevant Indian Standard
Specifications (ISS) Indian electricity rules and any other
applicable regulations
4 Period of CompletionThe time allowed for supply installation
testing and commissioning of the entire work shall be six (6)
months to be reckoned from the 7th day of issue of Purchase
order by SCL
5 Drawing Data and ManualsFollowing drawings documents
shall be submitted by the selected contractor for approval of
SCL for execution of the workaFoundation drawing of all
floor mounted Electrical panelsbGeneral Layout (GA)
drawing with dimension of all electrical equipment and Single
line drawings (SLDs) of electrical PanelcMake type and
catalogue of Switchgears of Electrical MCC Panels Power DBs
Power Cables and related accessories along with technical
leaflets data sheets etc to be provided by the contractor
The contractor shall offer recommended makes mentioned in
this document dEquipment data sheets furnishing
guaranteed performance figure for each type of
equipmenteTest certificates test results for each type of
equipmentfCheck lists and tests to be conducted during
erection testing amp commissioning of the individual
equipmentOn successful completion of the entire work the
Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems
executed under the Contract Three (03) sets of hard copies
and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 25
format shall be provided to SCL for its record and reference
Contractor shall also provide instruction Operation
manual(s) and maintenance manuals for the all equipment
system installed under the project
6 Eligibility Criteria Only those bidders meeting the below
mentioned eligibility criteria are eligible to participate in the
tendera Should have satisfactorily executed at‐least two (2)
similar works of value not less than Rs 50 Lakh each
involving inter alia power distribution works consisting of
MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault
level) MCBDBs lighting systems cabling during the last 5
years To ascertain eligibility for the work the participating
bidders shall enclose copy (ies) of the detailed Purchase
Order(s) and their completion certificate(s) evidencing
satisfactory completion of similar works issued by the
respective clientsorganisations Completion certificate for
works issued by private parties shall be supported by TDSb
Should not have incurred any loss in more than two years
during the last five (5) financial years ending 31st March 2019
c The Contractor should possess valid license of Class lsquoArsquo
Category Electrical Contractor issued by the State Licensing
Authorityd The contractor shall carry out the work in co‐
ordination with the civil works undertaken by other contractor
engaged by SCL
7 DeviationaContractor to clearly mention deviation(s) if any
from the specification in the unpriced techno‐commercial bid
bUnless such deviations are recorded in the deviation sheets
and submitted with the bid it will be assumed that the offer is
made in conformity with the tendered specification in all
respectscThe deviations shall be evaluated by SCL and
acceptance of the same shall be at the sole discretion of SCL
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 26
8 Quantity variationThe quantities indicated against each item
in the Bill of Quantities (BOQ) are indicative and are for the
purpose of bidding only Variation in quantities upto + 25
shall be carried out by the contractor on the agreedPurchase
Order (PO) rates and terms amp conditions as in the Purchase
Order (PO) In case of contract items which exceed the said
limit of +25 the contractor may claim revision of rates
supported by proof analysis and if the rate claimed in excess
of the rate specified in the bill of quantities SCLrsquos engineerndashin‐
charge of the work shall after giving consideration to the
analysis of rates submitted by the contractor determine the
rates on the basis of market rates and the contractor shall be
paid in accordance with the rates so determined The
Contractorrsquos profit amp OH shall be factored in the rate
analysis15
9 Extra ItemsIn case of extra items (that are completely new
and are in addition to the items contained in the contract) the
contractor may claim rates supported by proper analysis and
SCLrsquos engineer‐in‐charge of the work shall after giving
consideration to the analysis of the rates submitted by the
contractor determine the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates
so determined The Contractorrsquos profit amp OH shall be factored
in the rate analysis15
10 Construction Power SupplyElectricity if available in the
premises may be provided to the contractor by Department
(SCL) only at a single point free of cost subject to the following
conditions ‐a)The Contractor has to make his own
arrangement to tap Electricity from a 3 phasesingle phase
supply from the location decided by the SCLrsquos Engineer‐in‐
charge (E‐I‐C)
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 27
11 Storage space site office Contractor will be provided a
lockable room within SCL premises for storage space subject
to availability Contractor will make at his own cost
temporary site office close to work site as per the location
decided by the E‐I‐C
12 Materialsystem submittalsMaterialssystems etc procured
by the selected Contractor for incorporation in the work will
be only of MakesManufacturers specified in the tender
document Submittals of the same shall be submitted by the
contractor for SCL review and approval
13 Other RequirementsbullErection testing amp commissioning of
items as per BOQbullSpecial tools amp tackles Party shall arrange
the ladderscaffoldingstair for working at height for cable
laying Fire detection system installation of light fixture
bullWork shall be executed as per the ISRO contractor safety
Manual Contractor to ensure that the manpower is equipped
with PPE for working at the site bullAll relevant drawing data
catalogues with instruction and trouble shoot manuals type
test certificates for the above accessoriesbullMaterials and
accessories which are necessary or used for satisfactory and
trouble free operation and maintenance of the above
equipmentrsquosmaterial shall also be furnished bullContractor
shall deploy skilled amp unskilled Labor qualified technical
Supervisor(s) erection tools amp tackles testing tools amp
equipment supplies consumables and hardware and
transport for timely and efficient execution of the
workbullContractor shall guarantee LED fixtures
(flameproofnon‐flameproof) for a period of 5 years from the
date of acceptance The contractorrsquos guarantee shall be
supported with a guarantee from the manufacturer(s) in this
regard
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 28
TECHNICAL SPECIFICATION‐1
Item Specifications ‐I
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Internal Wiringa The electrical wiring installations and other
accessories shall comply with latest IS code 732 (part‐II) 1983
and National Electric Code‐1985b The word concealed means
it involves cutting of floor wall and making good after laying
the conduitMetal raceway as per the enclosed drawings by
the contractor as requiredc The contractor shall provide all
necessary components fixing materials accessories and
interconnections as per standard practice It is to be noted
that ceiling rose forms a part of the specifications hence not
indicated separately and shall be provided by the contractor
as requiredd Scope includes termination of wire ferruling
dressing cable tie etc as requirede The work shall be
executed as per the ISRO electrical specification available on
ISRO site wwwisrogovin in Schedule I to be read along with
the tender specification
2 LED LuminariesThe scope includes supply installation
testing commissioning of flame proofnon‐flameproof LED
lighting fixture at the ceiling level (about 55 meter height) in
the chemical store building outer periphery of the store
building electrical room AHU room at the first floor as per
drawings and discretion of E‐I‐C Architectural plan of the
building is attached Supply of required accessories such as
mounting brackets nuts bolts screws washers glands and
any other material required for installation of LED fixture as
per specifications mentioned in BOQ shall be part of the
specification Junction box as required for loop‐in and loop‐
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 29
out of the cable for flame proof light fixture will be in the
scope of the contractor LED light fittings will be suitable for
operation on 230V single phase AC supply The fitting shall
be supplied with all fixing material such as brackets nuts
bolts etc as required for installation of fittings Special
Conditions aLuminaire make (Brand) from among the
recommended make mentioned in the tender document shall
be clearly mentioned in Technical Bid along with complete
technical detailsbThe LED light fitting and its driver unit etc
shall have warranty for a period of 5 years from the date of
installation and commissioningcThe flame proof fixture shall
be provided along with the Petroleum and Explosives Safety
Organization (PESO) certification
3 Detailed Specification for LED Fixture a Flame Proof LED
Fixtures Supply and installation of flameexplosion proof high
efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206
with luminous efficiency 100Lmwatt or better CRI gt 08 amp
THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast
aluminium alloy Heat resistant amp tough clear dome glass
having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC
60079‐12007 amp ISIEC 60079‐02004 Area of classification
ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per
ISIEC 60079 complete with loop‐in loop‐out provision
Mounting bracket for mounting on the ceiling Double
compression cable gland shall be provided and install by the
contractor along with the light fitting Recommended Make of
fixture Baliga Stahl Sudhir SwitchgearRecommended make
of LED NICHIA CREE PHILIPS LUMILED OSRAMb General
LED fixtures Supply amp fixing of wallceiling mounted batten
type 20W LED tube light (Four feet) luminaire with efficient
driver (efficiency shall be more than 90) amp with minimum
lumens output of 2000 lumens per lamp comprising of nano
diffuser technology complete with efficient amp constant
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 30
current output driver suitable for operation on 230V single
phase 50Hz AC supply efficient heat sink effective thermal
management and with colour temperature shall be gt 6000K
The LED with suitable control gear and power factor gt09 LM
79 certification for luminaireLM80 certificate for LED shall be
submitted and with other standard accessories prewired
including necessary interconnections complete in all respects
and as directed by EIC (Similar to Philips Astra or equivalent)
Recommended make of fixture Philips GE Trilux
LTRecommended make of LED NICHIA CREE PHILIPS
LUMILED OSRAM
4 c Street Light Fixture Supply and installation of 72W75W
LED Street Light fixture with High‐brightness White LEDs
sources with high transmittance flat toughed glass cover and
peanut LENS on each LEDs System luminous efficacy 100
LmsWatt 5600K colour temperature amp 70 CRI value for
ensuring good quality light output Life of at‐least 50000
hours at 70 lumen maintenance ampLED driver efficiency gt
85 Power factor greater than 095 THDlt10 amp min 3KV
surge protection with operating voltage range from 120‐270V
for ensuring lifelong high performance of luminaire the
fixture shall be made of LM‐6 Pressure die‐cast aluminium
with engraved company name amp have IK05 amp IP66 Class
protection with NABL Accredited LM‐79 amp LM‐80 Report
Mounting pole mounted upto a height of 8 meter and pole
bracket diameter of 48‐60 mm (adjustable) Recommended
make of fixture Trilux Philips GE LTRecommended make of
LED NICHIA CREE PHILIPS LUMILED OSRAM
5 Street Light Pole Providing and installation of hot dipped
galvanized swaged tubular 9‐meter‐long with planting depth
15 metersiexclbrvbar street light poles The effective length of each
section shall be‐ bottom 5 meters middle 2 meters and top 2
meters The outside dia and thickness of pole shall be
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 31
minimum 11430x440mm 889x4085mm 761x325mm
respectively as required The pole shall be provided with
necessary bracket (inclination 105115 degree length 15
meter dia 45 mm ) for mounting upto 72 W LED street light
fixture Each pole shall have a weather proof
loopingterminal box clamped at 550 mm above ground level
along with a suitable earth terminal The looping box shall be
provided with a suitable Power terminal arrangement to loop
4C x10sqmm size cable and MCB5A fuse cut‐out A base
plate 300 x300x10mm shall be welded to the bottom of the
pole Both underground cable and GI earth wire shall be
terminated at the terminal looping box in the looping zone
Further wiring to the light fixture shall be done with three
core flexible copper wire (2core for power supply and third
core for earthing)GI tubular pole shall be installed in cement
concrete 136 (1 cement 3 coarse sand 6 graded stone
aggregate 40 mm nominal size) foundation including
excavation and refilling etc Party to cast 2 run of 32 mm MS
conduit for cables upto a height of 550mm from ground level
for loop in loop out of cable The civil work for street light pole
foundation forms a part of installation of the work and will be
done by the party as required for commissioning of lighting
poleFor earthing of street light poles coilspiral earthing
using 8 SWG GI wire shall be used The GI wire shall be buried
to a minimum depth of 15 m with excavation refilling of
earth and connecting GI wire to pole using GI bolt and nut
complete as per requirementMake of Pole Reputed make
with ISI mark Note Party shall submit Drawing of the street
light pole for SCL approval before start of manufacturing
6 Cables wire conduit earthing Switchboards
SwitchesSockets etca Cables The scope includes the Supply
and installation of XLPE insulated overall FRLS PVC outer
sheathed AlCu armored cable on wallsurfacesoilexisting
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 32
cable tray as required for MCC Panel and MCB DBs as per the
detailed specification and quantity in this document All
necessary hardware for installation of cable like cable tie
clamps tags etc is in the scope of Contractor Contractor to
ensure that cable laid on the cable tray is properly clamped
with GI clamps and cable is properly secured on cable tray b
Wire The scope includes the Supply and installation of FRLS
Copper wire of different size quantity amp Specification for
power distribution and lighting and power etc as per the
requirement c Conduit The scope includes the Supply and
installation of ISI makes MS Conduits of different size as per
Specification for power and lighting distribution switch
sockets etc as per the requirement Flexible conduit shall be
of GId Cable tray The scope includes the supply and
installation of GIMS cable trays as per specificationse
Earthing The scope includes the supply and providing
earthing for Panels DBs cable trays light fixtures and poles
flameproof accessories fire panel speakers exhaust fans etc
matching the specifications given in this tender documentf
Lightning protection The scope includes the supply and
providing earthing for lightning protection of the building as
per the IS 2309 specification and quantities as per the BOQ
The scope includes horizontal and vertical runs earth pits test
point earthing of building periphery for contour etcg Rack
earthing The scope includes the supply and providing
earthing for racks as per specificationsh Switchboards and
SwitchSockets The scope includes the Supply and installation
of different size of flameproofnon‐flameproof Switchboards
and switchsocket for Lighting Power Distribution as per
specificationi MSGI Conduits flexible GI conduit earthing
materials doublesingle compression brass cable glands
cable lugs (Al amp Cu as required) cable ties cablewire
identification tags required for the installation and
maintenance of trouble free operation of the downstream
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 33
system and accessories are covered under this specificationj
MS junction box conduit along with all related accessories as
per specification
TECHNICAL SPECIFICATION‐2
Item Specifications ‐II
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 Electrical Panel SpecificationGeneralaPanel shall be
fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor
metal clad air insulated floor mounted extendable to side
single front construction front wired front
connectedcMinimum thickness of sheet metal used shall be
2 mm and panel shall confirm to IP54 protectiondThe
working height of the Panel shall be limited as per standard
engineering practicese The design should be fully
compartmentalized with metal partitions between
compartments All doors shall be gasketed Each vertical
section shall have removable back coverfAll switches push
buttons lamps indicating instruments shall be flush
mountedgA full height vertical cable chamber with cable
supports shall be provided in each section to facilitate unit
wiring Cable chamber shall be sized to accommodate all cable
and shall have removable covers A horizontal wire way
extending the entire length shall be provided at the top of
panel for inter panel wiringhPanel shall be with minimum
75mm high base MS channel frameiThe panel shall undergo
seven tank or better process as per relevant IS
standardsjLifting hook shall be provided at each section for
easy transportationkDifferent compartment of the panel
shall be provided with dust proof type air filter louvers
explosion vents or similar safety arrangements in the panels
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 34
to let out gases under pressure generated during event of any
fault inside the panellPanel shall have pocket for the Panel
drawing in the incomer section
2 Busbar and Bus TapsaThe main bus and connections shall be
of high connectivity AluminiumAluminium alloy sized for
specified current ratings with maximum temperature limited
to 85amp778 C ie 35amp778 C rise and ambient 50amp778
bSeparate vertical bus bars shall be provided for each vertical
panelcAdequate contact pressure shall be ensured at bus
connections by means of two bolt connections with plain and
spring washers and lock nutsdBus bar and connections shall
be fully insulated for working voltages with adequate
phaseground clearances Insulating sleeves heat shrink type
for bus bar and shrouds removable type joints shall be
provided Bus insulators shall be flame retardanteBus bar
shall be color coded for easy identificationfBusbar should be
connected in such a way that it can be dismantledassembled
while separating different section of the panelgShrouds of
transparent sheet on the exposed bus in cable alleys for
adequate safety measurehBus bar Conductor shall be
confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and
PH‐E) between Bus bars shall be maintained as per latest
ISjBus Bar supporting Material shall be of
SMCDMCkMaterial of Aluminium Bus bar shall be of E91
gradelBus bar shall be protected from the transparent
insulated material for stand safety point
3 3Control ModuleaFixed type control module shall house the
control components for a circuitbThe equipment layout shall
provide sufficient working space in between the components
and subject to SCL approval cEach control module shall be
equipped with ACDC potential free Relays (230V AC24V DC)
Contactors etc for seamless interface of the operation of
Drives from FCMS (PLC)dVendor to provide the potential free
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 35
contact to facilitate local operation from MCC and remote
operation from FCMSPLC Vendor shall provide with each
drive module automanual selector switch and each drive
module shall be wired up to the terminal block for localauto
selection ON OFF trip feedback to SCLrsquos control station and
ONOFF command room FCMSPLC as welleMCC panel and
LPBS shall have selector switches for MCCLocal and
LocalRemote selection respectively Control (OnOff) of the
Drivesheaters will be as per following selection If selector
switch (SS) at MCC is selected to MCC ONOFF operation can
be done from MCC only irrespective of position of SS at LPBSIf
selector switches both at MCC amp LPBS are selected to LOCAL
ONOFF operation can be done from LPBS onlyIf SS at MCC is
selected to LOCAL and SS at LPBS is selected to REMOTE
ONOFF operation can be done from FCMS only
4 VFDVFD shall be of Allen Bradley PF400 series having
redundant Control Net communication option as well to
communicate with the existing Facilities Control amp Monitoring
System (FCMs) Control Net Bridge Coaxial Straight T‐Tap
1786‐TPS must also be supplied along with VFDs Line
reactorchoke of suitable rating shall be connected before the
VFD
5 Thyristor based Heater ControlaDYDAC Make Thyristor
power controller Type 3003 or equivalent rating 85kW
Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)
Thyristor output supply 415VAC (3‐Ouml) which shall be provided
by the vendor in a separate compartment of the MCC 4‐20mA
Control signal from the heater PID will modulate the thyristor
controller output to maintain the fresh air temperature at set
value Heater ON and OFF set points shall be adjustable in the
SCADA in FCMSbThyristor controller run command run
feedback 4‐20mA modulating signal shall be wired up to the
terminal block in the cable alley in the MCC Thyristor
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 36
Panelcompartment shall be complete with inter module
control and power wiring 220V AC supply shall be drawn from
one of the phase and neutral of the incoming 415VAC and
connect to the Thyristor supply terminals through MCB
Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN
commandrsquo will get activated from FCMS if air temperature is
below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor
control unit lsquoRUN command withdraws will get activated
from FCMS when temperature becomes above OFF set point
6 Fire Suppression system amp Fire Protection systemPanel shall
be equipped with required materials such as fire suppression
cylinders filled with fire suppression agents Fire detection
tubes Heat sensor tubes end of line adaptor with gauge
electrical Relays differential pressure valves etc to provide
the fire suppression and fire protection system in cable alley
and bus bar chambers of the electrical panel
7 MCCBaThe MCCBs should be extra current limiting type with
trip time of less than 10 m sec under short circuit conditions
The current limiting action should be achieved with repulsion
principle The MCCBs should preferably have an anti‐reclosing
featurebThe MCCBs should be 3 or 4 poles as per SLDcThe
MCCBs should have a Service short circuit breaking capacity
(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for
incomer The service breaking capacity should be equal to
ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe
release should be thermal magnetic having adjustable
overload and short circuiteSwitches shall be triple pole air
break AC23 motor duty for motor starter feedersfCubicle
doors of incoming and outgoing shall be mechanically
interlocked with switchgear to prevent unintentional openings
of the door while the unit is in energized condition However
defeat interlock provision is also to be providedgAll incoming
and outgoing feeders shall be provided with bolted disconnect
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 37
link for isolation of neutral if necessary Selector switches
shall be of rotary typehThe MCCB shall be provided with
rotary drive kit spreader terminals and ONOFFTrip (MCCB)
position of switch handle to be clearly markediDuct Heater
MCCB shall be motorized to control (ONoff) from FCMSjFor
incomers it should be EDO microprocessor based
communicable MCCB (35 kA or above) with numerical
releases for OL SC amp EFR (With mechanical and Electrical
interlocking for operation of only one ACB at any point of
time)
8 MPCBaThe MPCBs should be of 3 pole air break type AC3
Duty continuous rating as specifiedbMPCBs should have at
least 1NO+1NC contactcThese should have trip indication
test trip functiondThe release should be thermal magnetic
having adjustable overload trip settingeThe service breaking
capacity should be equal to ultimate breaking capacities (Icu)
(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail
type mounting
9 Capacitor Bank Supply and installation of Capacitor Bank ‐
Box Type Dry construction Conforming to IS 13340‐41IEC
60831 440V 50Hz Rated Current (In) as per Load Heavy
Duty Dielectric MPP Low loss type with overall loss lt
05WkVAR Delta Connection with Discharge Device
10 ContactoraThe contactor shall be 3 pole air break type AC3
Duty continuous rating for motor starter feeders with non‐
bouncing silver silver alloy contactsbContactor shall be of
electromagnetic type rated for uninterrupted duty as per
relevant standards and also suitable for capacitor duty
cContactor shall be provided with adequate auxiliary contacts
rated for 10Amps 240VAC for interfacing with control
schemedContactor coil rating shall be minimum pick up of
85 of rated voltage and minimum drop out of 75 rated
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 38
voltage
11 Control and IndicationsaPush buttons will be heavy duty oil
tight and push to actuate type with integral plate marked
with its functionbEach push button shall be provided with
2NO+2NC contacts rated for 10Amps 240VACcLamps shall
be LED type rated for 240V AC Lens and lamps shall be
replaceable from the front dThe control supply shall be
through a 415V230V transformer and the vendor shall
provide 1 no 415V230V transformer for the same Vendor
shall also provide Power module for 24V DC Supply for the
operation of heaters control module
12 MetersaAll indicating instruments shall be digital
Switchboard type with accuracy class +‐ 2 full scalebMFM
of suitable rating shall be used in the incomer
feedercSelector switches shall be furnished at outgoing
feeders as per SLD for ammeterdAmmeter shall be of analog
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 eMultifunction meter shall be of digital
type flush mounted industrial pattern of size 96x96 mm with
accuracy class 10 as per IEC 6205253 suitable for
measurement of Current Voltage Power Frequency Power
factor Energy and ready port to communicate with FCMS
through RS 485 The Meter should have Modbus
communication port as well
13 CT (Current transformer)CT will be cast resin type rated 15VA
or more burden with Maximum accuracy limit of class 1
14 Secondary wiringaPanel shall be fully wired at the factory to
ensure proper functioning of control and protectionbFuse
and links shall be provided to permit individual circuit
protection from bus wires without disturbing other circuits All
spare contacts of relays push buttons and other devices shall
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 39
be wired up to terminal blockscWiring shall be done with
flexible 25sqmm copper 1100V grade PVC insulated
switchboard wires Each wire shall be identified at both ends
with permanent markers bearing wire numbers as per wiring
diagramdWire termination shall be done with crimping type
connector with insulating sleeve
15 Powercontrol Terminal BlocksaTerminal block shall be 660V
grade box clamp type with marking strips similar to ELMEX 10
mm2 or equal for ControlbTerminal for CT secondary leads
shall have provision for shortingcNot more than two wires
shall be connected to any terminaldSpare terminals equal in
number to 20 active terminals shall be providedeTerminal
blocks shall be suitably located in cable alleysfFor Power
cable Bus Bar type cable connector (Melamine material) shall
be providedgFor Control cable heavy duty screw type cable
connector (Melamine material) shall be provided
16 Cable terminationaPanel shall be designed for cable entry
from topbEach cable shall be clearly marked at both ends
with an indestructible marker preferably a cable tag made of
Aluminium tacked with indicating cable number amp both end
feeder tags with switchboard tags Cable tags at ends of cable
shall be provided inside the gland plate as well as outside the
gland platecAll provisions and accessories shall be furnished
for termination of cables including removable gland plates
cable supports and terminal blocksdGland plate shall be
minimum 3 mm thick
17 Ground BusA GI ground bus rated to carry the maximum fault
current shall extend full length of Panel The ground bus shall
be provided with 2 bolts with GI bolt and nuts at each end to
receive 50x6mm GI flat
18 NameplateaThe nameplate of approved design shall be
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 40
provided for each compartment and also at the top of each
panel Nameplate shall be minimum 20x70mm and 3mm
thickbDrawing Pouch shall be provided at the incomer cable
allay
19 PaintingPanel shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032) and caution notice plate shall be
fixed at the back of each vertical panel
20 Make of Switchgears aMCCBSiemensSchneiderbPush
button SiemensSchneider TekniccSelector
SwitchSiemensSchneider Teknic
dFuseSchneiderSiemenseTimerSiemensSchneiderfContro
l TransformerAEIMPIndcoilgTerminal
BlockElmexConnectwellFTChMeters Conzerv LampT
AEiCTs amp PTsKappaAutomatic
Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio
ns SiemensSchneider
TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem
ensnCooling Fan
RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC
qRCBOSiemensSchneiderrMCB
DBSiemensABBLegrandsLine reactorchokeAllen
BradleytCapacitor BankNeptune Schneider Siemens
21 Local Push Button Station (LPBS)The Scope includes supply
and installation of LPBS for Chiller Pumps AHUs Heaters as
per the BOQ and detailed specification given below aLPBS
shall be indoor metal clad air insulated wallAngle frame
mounted as required single front construction front wired
front connected hinged lockable door LPBS for Chiller Pumps
system shall be suitable for outdoor installationbMinimum
thickness of sheet metal used shall be 2 mm and panel shall
conform to IP54 protection for indoor installation and IP65 for
outdoor type LPBScAll switches push buttons with indicating
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 41
LED lamps indicating instruments shall be flush
mounteddThe LPBS shall be used for remote operation of
drives Equipment and HeaterseTo facilitate the localremote
operation LPBS shall have LocalRemote selector switch and
provided with Start push button lockable Stop push button
ammeter of suitable range Terminal Block and lockable
Emergency off Switch etc fLPBS shall be equipped with AC
(230V)DC (24V) Relays Contactors etc for seamless interface
of the operation of Drives from FCMS (PLC)gLPBS should be
suitable for wall mounting and provided with necessary
mounting arrangementhWiring shall be done with flexible
25sqmm copper 650V grade PVC insulated switchboard
wires Each wire shall be identified at both ends with
permanent markers bearing wire numbers as per wiring
diagramiWire termination shall be done with crimping type
connector with insulating sleevejGland plate shall be
minimum 3 mm thickkThe nameplate of approved design
shall be provided for each compartment and also at the top of
each panel Nameplate shall be minimum 20x70mm and 3mm
thicklLPBS shall be painted with light grey epoxy painted
(Siemens Gray RAL 7032)
22 Make of Electrical panel As per DOS Approved Panel
manufacturer list (attached)
TECHNICAL SPECIFICATION‐3
Item Specifications ‐III
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 42
1 Fire Detection System Scope for fire detection system
includes supply installation testing commissioning of Fire
panel Addressable Fire detection devices Manual Call Points
Addressable loop sounders Switch Monitoring unit (SMU) UV
IR sensor for detection of methanol flame Cable MS junction
boxes for loop in loop out of cable as per specifications and
integrating the same with existing repeater panel as per the
requirement The detailed specifications for the different
component of fire deduction system are as follows
2 A Multi‐sensor Detectors The smoke detectors shall be multi‐
sensor (heat and smoke) detector with isolator suitable for
detecting a wide range of smoke from slow smoldering and
fast flaming fire The detector shall have following features
bullSolid state addressing arrangement in combination with a
hand held programmer to configure the sensor
addressbullElectronics free mounting basebullTwin alarm LEDs for
360 Degree viewing and shall have blinking LED facilitybullThe
sensor shall have s removable chamber for ease of cleaning or
replacementbullAutomatic compensation for smoke sensor
contaminationbullShall have a built in test facility which allows
the fire alarm control panel to adjust the alarm threshold
levels to compensate for contamination and shall have a
maintenance alarm display when threshold can no longer be
adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and
operating RH at 40 DegC‐95 RH
3 B Manual call stations Manual Call Stations should have in
built monitor module and pressbreak and resettable
capability constructed of high impact LEXAN sheet with clearly
visible operating instructions on the cover and the word FIRE
shall appear on front and suitable for surface mountingflush
mounting complete as required
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 43
4 C UV IR SensorThe UV‐IR flame detector shall operate on 24
VDC 0‐24mA current output suitable for detection of
Methanol flame with automatic built in test for reliable
operations and suitable for installation in Hazardous area zone
1and 2 with Class I Division 12 Gas group A B C The detector
shall not be susceptible to environmental conditions to
generate false alarms The entire system shall be rated for IP
66 or better and supplied with suitable mounting bracket The
system shall comply to the detailed specifications as listed
belowbullDetection Technology UV ‐ IR Electro‐optical
detectionbullDetection range 75 meterbullField of View greater
than equal to 90deg Both Horizontal and verticalbullResponse
Time less than equal to 5 secondsbullBuilt in Test Automatic
bullOperating Temperature Range 0 to + 75degCbullOperating
Humidity Range Continuous 95 non‐condensingbullAnalog
Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault
02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24
VDC ( 18‐32VDC)bullPower consumption Vendor to specify for
Standby and Alarm conditionbullSensor Calibration
Verification Sensor calibration as per OEM for certified
performancebullSensor Life 2 Years (minimum)bullSensor
Calibration vendor to carry out sensor calibration at site and
submit calibration certificate valid for one yearbullRFI EMI
SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or
equivalent IP protectionbullIP protection IP 66 or betterbullFault
Diagnostic Sensor Fault (end of life) other informationbullSelf‐
Check Test Automatic during start‐upbullHousing SS 316
Epoxy Painted Aluminium die castbullStart‐up Time Vendor to
specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C
Class 1 Div 12 Group A B C DNote Vendor shall arrange
the 230V AC to 24V DC Power supply module along with half
an hour Battery Back up in MS powder coated Enclosure
Input Power supply (230V AC) for Power Supply module shall
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 44
be provided by SCL
5 D SMU Unit for UV IR sensor Supply installation testing and
commissioning of Switch Monitoring Unit (SMU) to configure
the UV IR sensors with fire detection system as requiredE
SoundersAddressable Sounders shall be loop powered with
all fixing materials complete as required The sound level shall
be 100dB (A)
6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2
loopsbullFACP shall be suitable for 230V 50 Hz AC supply and
detectors shall be powered using FACP based detection
circuits Devices shall receive power and communication from
the same pair of conductorsbullFACP shall provide for resetting
detectors fault isolation and sensor loop operationbullFACP
shall be suitable for mixing different fire devices and beam
smoke detectors within the same loop to optimize field
wiringbullFACP shall have alarm indication of individual sensors
detector trouble alarm indication for dust accumulation The
panel shall check detector once in every 24 hours for
contamination for this purposebullThe FACP shall regularly
supervise all the sensors and devices on the loop and initiate
fire or trouble alarm whenever requiredbullFACP shall have 2
wire circuits to connect minimum of 126 addressable devices
per loopbullFACP shall be with repeater interface and suitable
24V battery with built in software and 2 x 40 character
alphanumeric LCD display and necessary front panel control
keys FACP shall display the date time and description for
Analog sensors to indicate alarms and trouble
situationsbullFACP switches shall allow authorized personnel to
accomplish the following ‐bullInitiate a general alarm
conditionbullSilence the local audiblebullSilence the alarm
signalsbullReset all zonespointsbullFACP shall have walk test
facilitybullShall have facility for programming from the key
board or utilizing PC set up software via laptopdesk top
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 45
computerbullShall have memory data for panel configuration
and operation reside in non‐volatile memory (EPROM)bullFACP
shall have facility for speech processor (to record pre‐
recorded message of 20 S) and also have Auto Dialer facility
(can dial up to 8 different lines)bullAll addressable units shall be
connected to the FACP through the loop cards and shall be
addressed though individualized numbers The FACP shall be
able to obtain analog value for all detectors in the circuit
through a pulsed digitized current data The FACP shall be
able to analyze all analog inputs from all addressable units
and though its own software and ambient level screening the
FACP shall be able to identify fire possible fire or fault
conditions The unit supervision shall be dynamic and
continuousbullThe FACP shall itself have all loop cards in it No
isolated mother board or transponder shall be
consideredbullShortopen circuit units shall also be reported at
the FACP in such cases the system through the use of fault
isolators shall be able to isolate that segment between the
two fault isolators The missing DetectorsDevices shall also
be reported to the FACP with identification of the
locationbullThe FACP shall have the facility to set smoke sensor
sensitivity remotely to either high sensitivity manually or on a
pre‐programmed sequence (Ie DayNight) period When an
alarm condition is sensed at the FACP from a smoke or heat
detector a delay timealarm verification period shall be
started If the sensor is still in alarm after the delay time
expired an alarm condition is reported The delay time shall
be adjustable from 0 to 990 secondsbullThe FACP shall have
either an in‐built or external printer coupled to the FACP
which shall log all events with time The printout shall clearly
indicate the event‐FirePre‐AlarmFault etc with the unit
address and timebullThe FACP shall also be able to discriminate
between false alarms and fire conditions as well as priority
selection of alarm in case alarm activities in two or more
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 46
remotely located units simultaneously In such cases the
Manual Call stations shall have the highest prioritybullThe FACP
shall also be able to actuate switches automatically in case of
Fire condition of AHUs and power supply or other system such
as piped pressurized gas supplybullThe system shall be fail safe
and adequate safe guards should be under taken that in the
event of a failure of a part of the system it shall not handicap
the complete system The loop cards shall be of Modular
constructionbullThe FACP shall have its own battery backup of a
minimum of 48 hours in normal run and then half an hour in
alarm condition The backup time calculation shall be done as
per TAC standards The Battery shall be 2 x 12V (24V) DC and
of sealed maintenance free type housed inside the FACPbullIt
shall be able to withstand temperature variations from 0
Degree Centigrade to 55 Degree Centigrade Further Relative
Humidity (non‐condensing type) up to 93 shall not hamper
its performance The voltage rating shall be from 17V DC to
31V DC though the voltage may be change depending upon
the working voltages of a proprietary FACPbullThe FACP shall be
totally enclosed dust and vermin proof type made of
minimum 16‐gauge dust inhibited sheet with even baked
finish The FACP shall be of completely solid state designbullThe
logic circuitry shall be based on high noise immunity solid‐
state hardware employing modular construction Logic cards
shall be of epoxy fiber glass constructionbullThe FACP shall have
EN 54ULFM approvalbullThe panel shall have an extra loop
card to serve as standby in case of burnout or malfunctioning
of any operating loop cardsbullThe FACP shall be capable of
being networked (future expansion) with other similar FACPs
located at different locations of SCL premises through a single
RS 485 busbullThe FACP shall have provision for interfacing with
the Public Address System
7 G Repeater panelScope comprises of supply and installation
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 47
of Repeater Panel which display fire fault message
simultaneously with the FACP bullIt shall be capable of
interfacing with the FACP on a single RS 485 Bus bullThe panel
shall be capable of operating on 24V DC supplybullThe
independent 24V DC supply source to be installed in MS
cubicle Box duly powder coated paint along with repeater
panelbullThe panel shall have 2 x 40‐character backlit display
which shall display date time and description of alarm
trouble events are that displayed in the panel shall be
powered from the FACPbullIt shall have control keys for sound
silence mute and to reset the FACP from the repeater
stationsbullThe repeater panel shall have the following LEDs
indicationsbullSupply bullFault bullMute bullSilent bullDisabled
bullFire
8 H Fire CableSupply and installation of 2Cx15mm2 Copper
extruded PVC inner sheath armored and overall FRLS PVC
outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI
certification) on existing cable traywallsoft soilhard soil as
required
9 I Fire Cable terminationSupplying and making end
termination with brass compression gland and copper lugs for
2Cx15mm2 Copper cable in MS Box of Size 4X4 installed
above the false ceilingwallsurface as required
10 J Junction Box for Fire devicesSupply installation testing and
commissioning of MS painted box Size 4X4 with ELMEX type
terminal block for loop in loop out of 2c x15 sq mm copper
armored cable and connection to the fire detector device on
wallsurfacerecess including wall cutting and providing
necessary hardware for mounting fixing including all
material for fixing as required
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 48
TECHNICAL SPECIFICATION‐4
Item Specifications ‐IV
Sl No Specifications Compliance
(Yes No)
Offered Specifications Remarks
1 A NetworksLAN The detailed specification for the network
rack switch cable cords IOs face plates etc and the
required accessories shall be as below CAT 6A or better cable
shall be laid in the PVC Conduit The detailed specifications
for the different component of networksLAN are as follows
2 bull Rack Supply installation testing and commissioning of UL
listed modular type 12U network rack with front glass door
and rear perforated door floor mounted Size 550x550 with
1 No of 5 port Octagonal PDU 515Amp with MCB and Fan
Tray with minimum 2 Fans The rack should have provision of
2 nos of cable manager duct type 1U and 2 vertical manager‐
concealed type Rack should be three sides openable with
front glass door and rear perforated door and provision of
cable entry from top and bottom both with proper earthing
kit as requiredRecommended Make Rittal Netrack
Schneider Valrack
3 bull Network Switch Supply amp installation of Network Switch in
Network Rack with the following specification as belowSwitch
shall haveamp61607Port Density Minimum 8 101001000
BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module
Ports shall support PoE on all ports with PoE budget of
180Wamp61607Architecture Stand‐alone rack
mountableamp61607Bandwidth minimum 56Gbps of
switching bandwidth to support above listed ports in non‐
blocking configurationamp61607StackableScable support for
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 49
stacking multiple switchesamp61607Stacking backplane
bandwidth Access switch shall have additional port(s) for
providing minimum 40 Gbps stacking bandwidthamp61607L2
Features 8021x authentication spanning tree
etcamp61607Networkjflowsflow or equivalent provision for
Networkjflowsflow or equivalent supportamp61607Network
Management support Network Management through
command line interface (CLI) SNMP v1 v2c v3
httpsamp61607IPv6 Readiness IPv6 Readiness from day
1amp61607RegulatorySafety confirming to UL60950 amp
EN60950amp61607EALNIAP certified Model No shall be EAL
or NIAPNDPP certifiedRecommended Make Cisco Juniper
HP Brocade dell
4 bull CAT 6A Cable Supply and installationlaying of category 6A
or better 4 pair shielded cable UFTP or FUTP in PVC
Conduit sheath type low smoke zero halogen (LSZH) with
transmission properties amp electrical properties tested
minimum up to 500MHz amp verified by ETL amp comply with
ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make
Commscope Schneider Molex Siemon
5 bull Patch Panel Supply installation testing and commissioning
of CAT6A PatchJack Panel of 24 Port fully loaded in Network
rack with port identification number with self‐adhesive clear
label holder Each portjack on the panel should be
individually removable on field from the panel and have
integrated rear cable management metallic shelf and have a
separate provision of grounding Recommended make
Commscope Schneider Molex Siemon
6 bull Patch Cords (1 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 1 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 50
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A in IOs of Network
RackRecommended make Commscope Schneider Molex
Siemon
7 bull Patch Cords (3 meter) Supply installation testing and
commissioning of Patch Cords Cat 6A shielded 3 meter in
Network rack with 4 pair shielded copper wire factory pre
terminated with shielded RJ45 plugs Aluminumpolyester
shield screen material with low smoke Zero halogen sheath
comply to TIA‐568‐C2 Cat 6A at field side Recommended
make Commscope Schneider Molex Siemon
8 bull Information outlet Supply and installation of Shielded Cat
6A information outlet UFTP or FUTP compliance to category
6A or better TIA568C2‐500MHz at field sideRecommended
make Commscope Schneider Molex Siemon
9 bull Face Plate (Dual) Supply and installation of single gang
square face plate (Dual) and SMB Box with a provision to
support variety of jacks‐ UTP STP etc at the field
sideRecommended make Commscope Schneider Molex
SiemonbullFace plate (single) Supply and installation of square
face plate ( single) with a provision to support variety of jacks‐
UTP STP etc at the field sideRecommended make
Commscope Schneider Molex Siemon
10 bull SMB Box Supply and installation of SMB Box for face plate
(DualSingle) as required Recommended make Commscope
Schneider Molex Siemon
11 bull Other Accessories amp61607Supply and Installation of
25mm electrical grade ISI mark PVC Conduit in
wallfloorslabsurface including wallfloor cutting and
making good the same as required Recommended make
Reputed ISI Markamp61607Supply and installation of OFC SM
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 51
OS2 Cable in existing 32mm HDPE pipe as
requiredamp61607Supply and Laying of 32mm HDPE pipe
direct in ground including excavation sand cushioning
protective covering and refilling the trench including standard
cable route marker etc as requiredamp61607Supply and
installation of SC simplex single‐mode LSZH pigtail 1m as
requiredamp61607Supply and installation of adaptor plate
with 3 SC duplex SM adaptors as requiredamp61607Splicing of
OFC as per Core as requiredamp61607Supply and installation
of accessories for making the Chamber Pit‐ 1Mtr Depth with
Lid for housing OFC as requiredamp61607Trenching of
HardSoft Soil as required
12 B Paging The scope includes supply installation testing and
commissioning of Supply and installation of IP 65 or better
explosion proofWP loud speaker anticorrosive powder
coated red (RAL‐3000) suitable for Zone I amp II Class II C
Hardware SS304 as per IS2148 and equivalent to model FLSR
25 of Baliga with necessary support gland as required and
installing the same on wallsurface with GI supports as
required and connecting the same with wire The Scope also
includes supply and installation of 2Cx15mm2 FRLS armored
and PVC sheath twisted pair wire their termination tagging
glanding earthing etc as required for speakers and other
accessories requires for smooth commissioning of the paging
system
Vendor Specificied Terms
Description Vendor Terms
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 52
1Delivery Term
Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali
Punjab exclusive of GST and taxes as may be applicable
2 GST
Purchaser is entitled to concessional GST of 5 as per Ministry of Finance
Department of Revenue Notification No 472017 Integrated Tax (Rate) both
dated 14th November 2017 respectively and would accordingly issue Exemption
Certificate in favour of the contractor quoting in Indian Rupees The bidder
should take note of the same while quoting the prices in Indian Rupees GST on
installation services shall be applicable 18
3 DELIVERY SCHEDULEPERIOD OF COMPLETION
The time allowed for supply installation testing and commissioning of the entire
works shall be 06 (Six) months to be reckoned form the 7th day of issue of
purchase order
4 IMPORTANT
This being a two part Tender Technical and Commercial parts separate the
bidder should not attach any document(s) containing pricing information with
technical part The Contractor will provide Un priced commercial offer in
envelope 1 (Technical Part) as an attachment
The tenders containing price information in Technical Part will be treated as
unsolicited offers and rejected Contractor to confirm that Price bid is not
attached in Envelope 1 ie Technical Part
Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)
under Supporting Documents from Vendor (Commercial) as an attachment
5 The prices shall remain firm until completion of entire project including
extended period if any No cost escalation shall be applicable for the work
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 53
6 SECURITY DEPOSIT
a) On acceptance of the tender the Contractor shall submit security deposit for
ten percent (10 percent) of the value of the Contract within 15 days from the
date of purchase order If the Contractor fails toprovide the security within the
period specified such failure shall constitute a breach of the Contract and the
Purchaser shall be entitled to make other arrangements for the re purchase of
the stores contracted at the cost and risk of the Contractor
b) Security Deposit shall be submitted through Demand Draft Bankers Cheque
fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks
executed on nonjudicial stamp paper of appropriate value and shall be valid for
a period of sixty (60) days beyond the date for completion of the Purchase
OrderContract
c) In case the contractor fails to furnish the security deposit within the specified
date or extended due date the Purchase OrderContract shall be cancelled and
in addition appropriate penal action may also be considered
d) After the Purchase OrderContract is successfully executed in all respects the
Bank Guarantee towards Security Deposit may be discharged and retained
amount shall be refunded to vendors
e) In the event of non execution of the Purchase orderContract or breach of any
terms and conditions of the Purchase Order the Security Deposit shall be
forfeited
7 Warranty
The Contractor shall provide for the tendered job comprehensive warranty for
parts as well as labour for a period of 12 months from the date of successful
installation commissioning and testing of the system at Purchasers site at no
extra charges against any manufacturing defectfaulty workmanship In case any
defect arises during warranty period the Contractor should replacerectify the
same at its own cost at siteworks
The LED light fittings and its driver unit etc shall have warranty for a period of 5
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 54
years from the date of installation and commissioning
8 Warranty Replacements
All replacement parts if any shall be supplied by the Contractor free of cost on F
O R Purchaser site at S A S Nagar Punjab basis
9 TERMS OF PAYMENT
The payment shall be remitted as under
90 of the value of the materials supplied shall be paid within 30 days of the
receipt of the materials at purchaser site and the balance 10 amount along
with 100 installation charges shall be payable on successful installation
commissioning and acceptance of the entire project at Purchasers site against a
Performance Bank Guarantee
10 PERFORMANCE BANK GUARANTEE (PBG)
The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)
from any nationalized scheduled bank for an amount equivalent to 10 of the
value of the Contract and shall be valid for a period of 60 days beyond the expiry
date of warranty period On the performance and completion of the Contract in
all respects the Bank Guarantee will be returned to the Contractor without any
interest
11 VALIDITY
The tender must be valid for a minimum period of 120 days from the date of
opening of Technical bid and 90 days after opening of Price bid
The tender where the validity period is shorter than the period specified in the
tender enquiry shall be excluded from the procurement process
12 Quantity Variation
The quantities indicated against each items in the Bill of Quantities (BOQ) are
indicative and are for the purpose of bidding only Variation in quantities up to
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 55
+25 percent shall be carried out by the contractor on the agreedPurchase order
(PO) rates and terms amp conditions as in the purchase order (PO)
13 GUARANTEED TIME DELIVERY
The time for and the date of delivery stipulated in the Purchase Order shall be
deemed to be the essence of the Contract Delivery must be completed within
the date specified therein
14 Extra Items
In case of extra items (that are completely new and are in addition to the items
contained in the contract) the contractor may claim rates supported by proper
analysis and purchaser engineer in charge of the work shall after giving
consideration to the analysis of the rates submitted by the contractor determine
the rates on the basis of market rates and the contractor shall be paid in
accordance with the rates so determined The contractor(s) profit amp OH shall be
factored in the rate analysis 15
15 CONSIGNEE
Sr Purchase and Stores Officer (Stores)
Semi Conductor Laboratory
Sector 72 SAS Nagar (Mohali) Punjab
India 160 071
16 INSTALLATION AND COMMISSIONING
Installation commissioning and demonstration of performance of the tendered
stores as per Purchaser tendered specifications shall be carried out by the
Contractor at Purchaser site at S A S Nagar Punjab India
The Contractor shall provide in advance guidelines for preparation of the
installation site and list of items to be supplied by Purchaser during installation
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 56
On receipt of intimation from the Purchaser the Contractor shall depute its
engineer(s) to Purchaser site within two weeks to carry out installation and
commissioning and will demonstrate the functionality of the tendered
equipment to Purchaser specifications as per mutually agreed acceptance
procedure The Contractor shall be responsible for any lossdamages sustained
due to delay on the part of the Contractor to send its engineer for installation
and commissioning
Failure to commission the tendered equipment successfully shall entitle
Purchaser to full refund of the payment made and the interest thereon Decision
regarding successful installation and commissioning shall rest solely with the
Purchaser
17 REJECTION
In the event that any of the stores supplied by the Contractor is found defective
in material or workmanship or otherwise not in conformity with the
requirements of the Contract specifications the purchaser shall either reject the
stores or request the Contractor in writing to rectify the same The Contractor
on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser If the Contractor fails to do so the purchaser may
at his option either
a) replace or rectify such defective stores and recover the extra cost so involved
from the Contractor or
b) terminate the Contract for default as provided in this tender document
18 EXTENSION OF TIME
If the completion of supply of stores is delayed due to reason of force majeure
such as acts of god acts of public enemy acts of Government fires floods
epidemics quarantine restriction strikes freight embargoes etc the
Contractor shall give notice within 15 days to the purchaser in writing of his
claim for an extension of time The purchaser on receipt of such notice after
verification if necessary may agree to extend the Contract delivery date as may
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 57
be reasonable but without prejudice to other terms and conditions of the
Contract
19 DELAY IN COMPLETIONLIQUIDATED DAMAGES
If the Contractor fails to deliver the stores within the time specified in the
Contract or any extension thereof the purchaser shall recover from the
Contractor as liquidated damages a sum of one half of one percent (05 percent)
of the Contract price of the undelivered stores for each calendar week of delay
The total liquidated damages shall not exceed ten percent (10 percent) of the
Contract price of the unit or units so delayed Stores will be deemed to have
been delivered only when all their component parts are also delivered If certain
components are not delivered in time the stores will be considered as delayed
until such time as the missing parts are delivered Delivery of stores shall be
complete on Installation commissioning Testing and Acceptance
20 INSPECTION AND ACCEPTANCE TEST
The Purchasers representatives shall also be entitled at all reasonable times
during manufacture to inspect examine and test on the Contractors premises
the material and workmanship of all stores to be supplied under this Contract
and if part of the said stores is being manufactured on other premises the
Contractor shall obtain for the purchasers representative permission to inspect
examine and test as if the equipment were being manufactured on the
Contractors premises
Such inspection examination and testing shall not release the Contractor from
the obligations under this Contract
For tests on the premises of the Contractor or of any of his sub Contractors the
Contractor shall provide free of cost assistance labour material electricity fuel
and instruments as may be required or as may be reasonably needed by the
purchasers representative to carry out the tests efficiently
When the stores have passed the specified test the purchaser representative
shall furnish a certificate to the effect in writing to the Contractor The
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 58
Contractor shall provide copies of the tests certificates to the purchaser as may
be required
21 Labour Law Contractor shall abide by all labour laws rules and regulations
which are prevailing and as enforced from time to time and SCL shall not be
responsible for any accident or mishap during the course of the contract to any
of engineer labour employee by the Contractor The contractor shall also ensure
that the statutory obligations with regards to the employment of labour under
law are complied properly and timely
22 ARBITRATION
In the event of any disputes differences or claims arising out of or relating to
the interpretation and application of the Contract such disputes or differences
or claims shall be settled amicably by mutual consultations of the good Offices
of the respective Parties and recognizing their mutual interests attempt to reach
a solution satisfactory to both the parties If such a resolution is not possible
within 30 days from the date of receipt of written notice of the existence of such
disputes then the unresolved disputes or differences or claims shall be
referred to the Sole Arbitrator appointed by the Parties by mutual consent in
accordance with the rules and procedures of Arbitration and Conciliation Act
1996 as amended from time to time The arbitration shall be conducted in New
Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and
International) as per its rules and regulations The expenses for the Arbitration
shall be shared equally or as may be determined by the Arbitrator The
considered and written decision of the Arbitrator shall be final and binding
between the Parties The applicable language for Arbitration shall be English
only Work under the Contract shall be continued by the CONTRACTOR during
the pendency of arbitration proceedings without prejudice to a final adjustment
in accordance with the decision of the Arbitrator unless otherwise directed in
writing by the DEPARTMENT or unless the matter is such that the works cannot
be possibly continued until the decision (whether final or interim) of the
Arbitrator is obtained
23 APPLICABLE LAWS The contract shall be interpreted construed and
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 59
governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction
of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything
mentioned in any correspondences or otherwise
24 Any Other Term
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 60
Supporting Documents from Vendor
Attachment ‐ I
Attachment ‐ II
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
Supply of MCC Panels cables
cable trays lightings etc for
electrical distribution system
including fire detection
system LAN Paging etc for
the Chemical Store building as
per detailed specifications
technical write‐updrawings
attached
‐ 1 Lot ‐ ‐ ‐
Installation Testing and
Commissioning of MCC
Panels cables cable trays
lightings etc for electrical
distribution system including
fire detection system LAN
Paging etc for the Chemical
Store building as per detailed
specifications technical write‐
updrawings attached
‐ 1 Lot ‐ ‐ ‐
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II
Tender No SCLPS52019E0156401 61
Break‐up of other taxes and other costs should be specified in respective narration columns
Sum of these Break‐up values should be specified in respective value columns
Supporting Documents from Vendor (Commercial)
Document attachment with price bid
Attachment ‐ I
Attachment ‐ II