securities and exchange board of india€¦ · b. checking of alarm valve and all the pumps. c....
TRANSCRIPT
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 1 of 16
Securities and Exchange Board of India
SEBI Bhavan, Plot No. C-4A, ‘G’ Block, Bandra-Kurla Complex, Bandra (E), Mumbai 400 051
Tel. No.022-26449000/ 26449468
Tender No. FMD-IV/22/2019
Tender Document – Part II
(Technical Bid)
Non- Comprehensive Annual Maintenance Contract for Firefighting System installed at SEBI Bhavan II,
Bandra – Kurla Complex, Mumbai
Tender issued to……………………………………………
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 2 of 16
Index
Sr. No. Particulars Page No.
1 General Terms and Conditions 3
2 List of Equipment 15
3 List of Approved Make 16
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 3 of 16
Technical Bid-Part II
General Terms and Conditions
1. Scope of Work: Securities and Exchange Board of India has its own office premises at SEBI
Bhavan II, Plot No. C-7, ‘G’ Block, Bandra-Kurla Complex, Bandra (E), Mumbai 400 051, which
consists of Fire Fighting System (Wet Riser cum Down Comer) comprising Hydrant System,
Sprinkler System, Fire Fighting Pumps, Electrical Panels etc. Besides, fire extinguishers such
as CO2, ABC etc. are also available at various locations within the premises. The detailed list
of Firefighting Equipments is attached as Annexure ‘A’. The broad scope of work shall be as
below: -
a. Preventive Maintenance
i. Monthly Check Up
The contractor shall keep the entire system functional and ready to use round the clock
throughout the contract period. The contractor shall carry out monthly check up of the
entire system and rectify the faulty parts, if any. The contractor shall carry out 12
preventive maintenance service of each pump. The spare parts shall be paid
separately as per the approved rates. The monthly checkup shall include, but not
restricted to, the following activities:
Sr.
No.
Installation details Details of the Work
1. Fire Electrical Control
Panels
Checking of electrical terminals, contact points
of the starters/contractors, and relays installed in
various control panels.
2. Fire Hydrant System a. Checking of system leakage & line pressure in
all gauges.
b. Checking of hoses and Branches pipes &
operation of all auxiliary units.
c. Check of Motor and Pump alignment,
tightening of any loose bolts and nuts,
greasing and oiling etc.
d. Checking the setting of the pressure switches
and all the pumps by operating.
e. Checking of hydrant valves washers and
Brass lock.
f. Starting the Pump manually through the
control panels.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 4 of 16
g. Operating the pumps in Auto Mode and
checking the System.
h. Checking of isolation valves for glands
leakages
i. Checking condition of gland for excessive wear, report to replace if required.
3. Fire Sprinkler Pump a. Checking of system leakage & line pressure in
all gauges.
b. Checking of alarm valve and all the pumps.
c. Check of Motor and Pump alignment,
tightening of any loose bolts and nuts,
greasing and oiling etc.
d. Cleaning of sprinkler if accumulated by dust.
e. Checking of isolation valves and operation of
all auxiliary unit.
f. Checking of sprinkler Bulb head for proper
conditions.
g. Checking condition of gland for excessive wear, report to replace if required.
4. Fire Jockey and Booster
Pump
Servicing, Overhauling, checking and testing of
pump
5. Fire Hydrant with hose
reel
Checking including hose pipe, hose reel drum, jet
shut off Nozzle, Branch pipe nozzle, cabinet door
servicing, cleaning, painting, installation
changing of gasket/ nut bolts if required.
6. Fire Hydrant single Checking including hose pipe, hose reel drum, jet
shut off Nozzle, Branch pipe nozzle, cabinet door
servicing, cleaning painting, installation changing
of gasket/ nut bolts if required.
7. Air vessel Checking including servicing, cleaning of
pressure gauge, pressure switches, ball valves,
piping servicing, installation and painting.
8.
Sprinkler Valve Servicing, cleaning, installation, flashing,
attending minor leakages.
9. Pipe Line (Including all
risers)
a. To ensure the piping system is free from
leakage. Any portion found to be leaking is to
be isolated, rectified and connected with
healthy system in shortest possible time.
b. Visual inspection of piping support and connections.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 5 of 16
ii. Yearly Check Up
The contractor shall carry out yearly checkup and overhauling of all fire pumps at their
workshop and ensure that they are working as per the desired parameters.
b. Breakdown Maintenance
The contractor shall attend all breakdown calls as and when required and shall make
the system operational with the least possible downtime. All such calls shall be
attended within four hours of lodging the complaint on working days and within 24 hrs.
if it is a non-working day (Sunday and Board holidays) failing which compensation shall
be applied at the rate of Rs.500/- per day subject to maximum of 5% of the total contract
value.
In case of any undue delay in attending such calls beyond 7 days, SEBI reserves the
right to forfeit the security deposit.
c. Supply of Fire Fighting System Material
The contractor shall supply the material at site as per the site requirement after taking
due permission from the officer in charge.
d. Safety Audit
The contractor shall carry out fire safety audit of SEBI Bhavan II and submit the audit report and Form ‘B’ on half yearly basis. They shall be responsible for coordinating with statutory authorities such as Chief Fire Officer, MCGM etc. during inspection or any other query pertaining to fire safety.
2. The tenderers are advised to inspect the premises where system is installed and thoroughly
understand the present condition of the equipment/ machines, nature of the works and be
familiar with the site conditions before submitting the tender. The details of all system installed
at SEBI Bhavan II have been mentioned in the attached ‘Annexure A’. The contractor is also
advised to note the make and type of motor, pump, parts/installations already provided in the
Board’s properties as they have to replace/provide the similar motor, pump, parts, and
installation while carrying out the work.
3. Rates quoted by the contractor shall include wages, transportation charges, providing and
maintaining of tool kit, equipments as required for carrying out the work satisfactory. The rates
quoted must include local taxes, work contract tax, goods and services tax, incidental charges,
conveyance charges, octroi and other taxes or levies, contractor’s profit and overheads, etc.
No extra payment will be made by SEBI over and above the approved quoted rates during
entire contract period on any account.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 6 of 16
4. In case the non-comprehensive annual maintenance contract is awarded to the contractor and
the contractor fails to undertake the work as per the terms and conditions and rates indicated
in the tender document, the EMD submitted by the contractor will be forfeited.
5. The contractor shall quote the preventive maintenance monthly as well as yearly checkup
charges in the schedule of quantities I of tender document (Part II) – technical Bid. If yearly
overhauling works needs to be carried out at workshops the quoted charges shall also include
removing the pump, carrying it to workshop & fitting it back after servicing as mentioned in
schedule I of the tender document.
6. Regarding material part, the contractor is required to quote for the items as mentioned in the
schedule of quantities (Schedule II and III) for motor and pump parts, plumbing parts, electrical
and miscellaneous items, and other firefighting equipments which will form basis for certifying
the bill pertaining to the materials replaced.
7. Regarding fire and safety audit, the contractor is required to quote charges in schedule IV for
Fire and safety audit of entire office premises i.e. SEBI Bhavan-II, submission of audit report
and issue of form B twice in year. The charges also include required coordination with fire
office to obtain fire NOC certificate.
8. Board reserves the right to ask for removal of any of the technician/electrician/plumber/helpers
appointed by the contractor to carry out the above work. As regards quality of work, Board’s
decision in the matter will be final.
9. The contractor shall comply with all labour regulations such as Minimum Wages Act, Workmen
Compensation Act, Contract Labour (Abolition and Regulation) Act, etc. or any other statutory
provision in force. Legal notices, if any, received from the statutory authorities will be promptly
attended by the contractor and board will not take any responsibility whatsoever in this regard.
10. The material for carrying out various works shall be supplied and replaced/installed by the
contractor for which payment will be made as per rates approved by the Board. The contractor
is required to inspect the work along with the officer in charge to ascertain the quality, quantity
and material required for the execution of various works. Any doubt relating to this contract
may be clarified from the concerned officer by the contractors before quoting their rates.
However, contractor is supposed to provide minor items for small works free of cost such as
screw, nut-bolts, nails, rawl plug, insulation tape, gland packing, greasing, gasket packing etc.,
wherever forms a part of the work.
11. All materials to be supplied/replaced should be according to the approved makes as
mentioned in List of Approved Make (Annexure ‘B’) of the tender document part II (Technical
Bid). For any deviation from the approved makes prior approval must be taken from the officer
in charge. The contractor may keep important spare parts in their stock which may be required
in case of emergency. Any kind of undue delay on account of non-availability of material should
be avoided.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 7 of 16
12. Selection of sample material/brand or manufacturers not mentioned in the Schedule of
Quantities shall be of the best quality as approved by the officer in charge in conformity to
respective IS specifications approved by B.I.S.
13. For the extra items not covered in Scheduled of Quantities, the contractor shall be paid as per
prevailing/actual market rates plus 15% towards profit, O.H. transportation and handling
charges as decided by the Board. The contractor will submit the necessary purchase
voucher/bill in support of the above purchase made.
14. The quantities mentioned in Schedule of Quantities are approximate and likely to be carried
out in the contract period of 1 year. However, these quantities may vary depending on our
requirements. The contractor has to work on the quoted rates for the varied quantity.
15. The Board reserves the right to delete any of the items or their makes from the list of Schedule
of Quantities at any stage of time.
16. All tools/safety equipments like hand gloves etc. required for the electrical works to be carried
out at Board premises shall be arranged by the contractors.
17. The contractor shall furnish contact telephone number of their office to pass information
regarding maintenance work to be carried out in office premise. The contractor must also give
their own mobile no. whereby any information pertaining to pump complaints/co-ordination of
pump maintenance works with other services can be passed to the contractor at any point of
time for which the cost has to be borne by the contractor only. All expenses towards
maintenance mobile phones including the cost of mobile, their subscription charges/rentals
should be borne by the contractor and no payment will be made by the Board.
18. The contractor shall ensure that the preventive maintenance of the equipments are to be
carried out on Saturday / Sunday / Public Holiday without causing any inconvenience to the
office work.
19. The contractor shall ensure that skilled technicians are deployed for carrying out the
preventive / breakdown maintenance. The preventive maintenance is to be carried out as per
the manufacturer’s recommendations. You will ensure that the above equipments are being
cleaned and maintained in operational condition all the time.
20. The Service Engineer/ Technician deployed by the agency shall not tamper with any other
installation of the Board.
21. The equipments shall be handed over in perfect working condition & after the expiry of the
contract the agency shall handed over in same condition.
22. In case the Board is put to any financial loss directly or indirectly by any act of commission or
omission on the part of the contractor and its workers, the Board shall have the right to impose
cash penalty on the contractor or deduct such amount from its security deposit/bills.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 8 of 16
23. The tender will be evaluated based on the sum total of the amount quoted for a period of one
year as per Scheduled I, II, III and IV of the tender Document. The Non-Comprehensive annual
maintenance contract would be awarded to the lowest tenderer who has quoted the lowest in
the Scheduled of Quantities subject to fulfillment of the terms and conditions and arithmetical
checkup.
24. The rates quoted by the tenderers would be valid for a period of 90 days from date of opening
of Tender Document Part –III (Price Bid).
25. No cost incurred by the tenderer in applying, in providing necessary clarifications or attending
discussion, conferences or site visits will be reimbursed by the Board.
26. If information and details furnished by tenderers are found to be false/ inadequate at any time
in future or any information withheld which comes to the notice of the SEBI at a later date, the
EMD will be forfeited.
27. Board reserves the right to reject any or all the offers without assigning any reason
whatsoever.
28. This contract will be for one-year period and shall be renewed further as per Board’s decision
subject to rendering of satisfactory services. However, the board reserves the right to
terminate this contract any time in future after giving one month’s notice. The rates will remain
firm during currency of this contract and no escalation will be paid to you for any reason
whatsoever.
29. All electrical work shall be carried out as per Electricity Act, 2003 and CEA (Measures relating
to safety and electrical supply) Regulation 2010 and as amended up to date. All safety rules /
precautions must be strictly observed while carrying out such works.
30. The successful tenderer shall execute the contract agreement on Non-Judicial stamp
a. for an amount of Rs.500/- for the contract value less than Rs.10 Lakh
b. for an amount of Rs.500/- plus 0.1% of the contract value above Rs.10 Lakh
within a period of 15 days of award of work. The entire expense towards the stamp duty shall
be borne by the successful tenderer. SEBI reserves the right to forfeit the EMD in case of non-
submission of contract agreement with in a period of 10 days of receipt of the work order.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 9 of 16
c. Payment: -
a. Payment towards servicing of pump set shall be released on quarterly basis after
rendering satisfactory services.
b. Payment towards works as mentioned in schedule of quantities (II and III) shall be
released after successful completion of work as and when required.
c. Payment towards fire safety audit, 50% amount shall be released on completion of
audit after issuing form 'B' for first six months, remaining 50 % amount shall be released
on completion of audit and after issuing form 'B' for next six-month period.
d. Any discrepancy in settlement of bills may be brought to the notice of the board within
a period of one month after the settlement of the bill. The board will not entertain any
claim regarding any dispute in settlement of the bills after stipulated time.
e. TDS as applicable will be deducted at source from the monthly compensation paid by
Board for which necessary certificate will be issued to the contractor in due course of
time. The contractor must forward their PAN/GDR no. before Board making the first
payment along with submission of monthly bill.
f. The payment shall be made within a period of 21 days of receipt of original bill along
with service reports/ supporting documents in the prescribed manner.
d. Termination of Contract
If the contractor fails to perform any of its obligations under this agreement and if the
Board is dissatisfied with the services of the Contractor, the Board may terminate the
services of the Contractor, with a notice of winding up within a period of one month of
written notice. The Board should not be liable for any cost/ damage/ expenses or any loss
whatsoever that the Contractor may suffer on being served with winding up notice by the
Board.
e. Contract period
The work shall be awarded for a period of one year from the date of acceptance of work
order. The contract period may be extended for a further period on mutually agreed terms.
The extension of contract is to entire discretion of SEBI.
f. Reporting and Record keeping
(i) Operating Meetings
During the early stages of the agreement, it is expected that the frequent operation
meetings will be required between the service contractor’s manager and employer’s
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 10 of 16
representative/s to discuss priorities to establish satisfactory reporting procedures. The
contractor shall make the appropriate personnel available for attending all these meetings.
(ii) Progress Meetings
Progress meetings shall be held on progress and the maintenance of the quality standards.
The contractor and Employer's representative shall attend these meetings.
g. Settlement of Disputes and Arbitration
Except where otherwise provided in the contract, all questions and disputes relating to the
meaning of the instructions herein before mentioned and as to the quality of services or
as to any other question, claim, right, matter or thing whatsoever in any way arising out of
or relating to the contract, instructions, orders or these conditions or otherwise concerning
carrying out of the work or after the cancellation, termination, completing or abandonment
thereof shall be dealt with as mentioned hereinafter:
a. If the contractor considers any work demanded of his to be outside the
requirements of the contract or disputes any decision given in writing by the
Officer-In-Charge in any matter in connection with or arising out of the contract
or carrying out of the work, to be unacceptable, he shall promptly within 7 days
request the Division Chief, Facilities Management Division (FMD) of the
Employer in writing for written instruction or decision. Thereupon, the Division
Chief (FMD) shall give his written instruction or decision within a period of one
week from the receipt of the contractor’s letter.
b. If the Division Chief (FMD) fails to give his instructions or decision in writing
within the aforesaid period or if the contractor is dissatisfied with the instructions
or decision of the Division Chief (FMD), the contractor may within 7 days of the
receipt of Division Chief’s decision, appeal to the competent authority
(Executive Director – Administration) of the Employer who shall afford an
opportunity to the contractor to be heard, if the latter so desires and to offer
evidence in support of his appeal. The competent authority shall give his
decision within 15 days of receipt of contractor’s appeal. If the contractor is
dissatisfied with this decision, the contractor shall within a period of 30 days
from receipt of the decision, give notice to the Employer for appointment of a
sole arbitrator failing which the said decision shall be final binding and
conclusive and not referable to adjudication by the arbitrator.
c. For the purpose of appointing the sole arbitrator referred to above, the Employer
will send within thirty days of receipt by him the written notice aforesaid to the
contractor a panel of three names of persons who shall be presently
unconnected with the organization for which the work is being carried out.
d. The contractor shall on receipt by him of the names as aforesaid select any one
of the persons named to be appointed as a sole arbitrator and communicate
his/her name to the Employer within thirty days of receipt by him of the names.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 11 of 16
The Employer shall thereupon without any delay appoint the said person as the
sole arbitrator. If the contractor fails to communicate such selection as provided
above within the period specified, the Employer shall make the selection and
appoint the selected person as the sole arbitrator, if the Employer wishes to
pursue arbitration proceedings initiated by the contractor. If the Employer fails
to send to the contractor the panel of three names as aforesaid within the period
specified, the Contractor shall send to Employer a panel of three names of three
persons who shall be unconnected with either party. The Employer shall on
receipt by him of the names as aforesaid select any one of the persons named
to be appointed as a sole arbitrator and communicate his / her name to the
contractor within thirty days of receipt by him of the names.
e. If the arbitrator so appointed is unable or unwilling to act or resigns his
appointment or vacates his office due to any reason whatsoever, another sole
arbitrator shall be appointed as aforesaid. Such person shall be entitled to
proceed with the reference from the stage at which it was left by his
predecessor.
f. The work under the contract shall however be continued to be carried out during
the arbitration proceedings and no payment payable to the contractor relating
to the disputed items shall be withheld on account of such proceedings.
g. The arbitrator may from time to time with the consent of the parties enlarge the
time for making and publishing the award.
h. The arbitrator shall give a separate award in respect of each dispute or
difference referred to him. The arbitrator shall decide each dispute in
accordance with terms of the contract.
i. It is a term of this contract that the party invoking arbitration shall give a list of
disputes with amounts claimed in respect of each such dispute alongwith the
notice for appointment of arbitrator and giving reference to the rejection by the
competent authority of the Employer of the appeal.
j. It is also a term of this contract that no person other than a person appointed
by such Employer, as aforesaid should act as arbitrator and if for any reason
that is not possible, the matter shall not be referred to arbitration at all.
k. It is also a term of this contract that if the contractor does not make any demand
for appointment of arbitrator in respect of any claims in writing as aforesaid
within 60 days of receiving the intimation from the Employer that the last bill is
ready for payment, the claim of the contractor shall be deemed to have been
waived and absolutely barred and the Employer shall be discharged and
released of all liabilities under the contract in respect of these claims. Further,
it is agreed that for the purpose of this clause such notice is deemed to been
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 12 of 16
received by the contractor within two days of posting of the letter by SEBI or
delivered by hand immediately after receipt thereof by the contractor whichever
is earlier. Further, a letter signed by the officials of the SEBI that the letter was
posted to the contractor shall be conclusive.
l. The arbitration shall be conducted in accordance with the provisions of the
Arbitration and conciliation Act, 1996(26 of 1996) or any statutory modifications
or re-enactment thereof and the rules made thereunder and for the time being
in force shall apply to the arbitration proceeding under this clause.
m. It is also a term of this contract that the arbitrator shall adjudicate on only such
disputes as are referred to him by the appointing Employer and the contractor
and give separate award against each dispute and claim referred to him and in
all cases where the total amount of the claims by any party exceeds Rs.
50,000/-, the arbitrator shall give reasons for the award.
n. It is also a term of the contract that if any fees are payable to the arbitrator,
these shall be paid equally by both the parties.
o. It is also a term of the contract that the arbitrator shall be deemed to have
entered on the reference on the date he issues notice to both the parties calling
them to submit their statement of claims and counter statements of claims. The
venue of the arbitration shall be such place as may be fixed by the arbitrator in
his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid
before the award is made and published, be paid half and half by each of the
parties. The cost of the reference and of the award (including the fees, if any,
of the arbitrator) shall be in the discretion of the arbitrator who may direct to any
by whom and in what manner, such costs or any part thereof shall be paid and
fix or settle the amount of costs to be so paid.
p. The award of the arbitrator shall be final and binding on both parties.
h. Force majeure
Neither the Employer nor contractor shall be considered in default in performance of their
obligations if such performance is prevented or delayed by events such as war, hostilities
revolution, riots, civil commotion, strikes, lockout, conflagrations, epidemics, accidents, fire,
storms, floods, droughts, earthquakes or ordinances or any act of god or for any other
cause beyond the reasonable control of the party affected or prevented or delayed.
However, a notice is required to be given within 30 days from the happening of the event
with complete details, to the other party to the contract, if it is not possible to serve a notice,
within the shortest possible period without delay.
As soon as the cause of force majeure has been removed, the party whose ability to
perform its obligations has been affected, shall notify the other of such cessation and the
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 13 of 16
actual delay incurred in such affected activity adducing necessary evidence in support
thereof.
From the date of occurrence of a case of force majeure, obligations of the party affected
shall be suspended during the continuance of any inability so caused.
Should one or both parties be prevented from fulfilling the contractual obligations by a state
of force majeure lasting to a period of 6 months or more, the two parties shall mutually
decide regarding the future execution of this contract.
i. Accidents
The contractor shall immediately on occurrence of any accident during carrying out the
work report such accident to the Employer. The contractor shall also report such accident
immediately to the concerned authorities whenever such report is required to be lodged by
law and take appropriate actions thereof.
j. Safety Management and Protective Safety Measures
The contractor shall initiate and maintain safety management programs to protect
contractor's employees from hazards through procedures, practices, and regular
inspection of the work areas, materials, equipment, information and training necessary for
safe work performance.
The contractor shall maintain records including but not limited to contractor’s employees
training, hazard assessments, communications, permits, licenses and accidental
investigations.
Adequate precautions shall be taken by the contractor to prevent danger from electrical
equipment. No materials on site of work shall be so stacked or placed as to cause danger
or inconvenience to any person or the public. In case work of Catwalks / Balconies
canopies necessary safety belts / helmets shall be provided to the workmen while carrying
out the work.
Necessary protective and safety equipments shall be provided to the workers & supervisory
staff by the Contractor at his own cost and used at site.
First aid appliances including adequate supply of sterilized dressing and cotton wool shall
be kept in a readily accessible place.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 14 of 16
k. Occupational Health and Safety
With regards to occupational health and safety, the contractor shall adhere to the following:
Compliance
Comply with applicable local regulatory requirements.
Comply with applicable Employer’s requirements specified in the contract document.
Correct all health and safety non-compliance's in a timely manner to health or life or to stop
work immediately, whenever required.
Be liable for liabilities arising due to non-compliance of contractor employees, agents or
subcontractors with applicable requirements
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 15 of 16
ANNEXURE ‘A’
LIST OF EQUIPMENT
Sr. No. Description Of Equipment Qty.
1 Diesel Engine Fire Pump 79 HP 01 No. 2 Main Hydrant Pump 100 HP 01 No. 3
Main Sprinkler Pump 100 HP 01 No.
4 Jockey Hydrant Pump 15 HP 01 No. 5 Jockey Sprinkler Pump 15 HP 01 No. 6 Booster Pump 12 HP 03 Nos.
7 Butterfly Valve
150 mm 14 Nos.
100 mm 06 Nos.
80 mm 22 Nos.
65 mm 29 Nos.
50 mm 05 Nos. 8
Non-Return Valve
200 mm 01 No.
150 mm 03 Nos.
80 mm 02 Nos. 10 Ball Valve 25 mm 44 Nos. 11
Pressure Gauge
( 0 - 14 Kg/cm2 ) 03 Nos.
( 0 - 16 Kg/cm2 ) 06 Nos.
( 0 - 20 Kg/cm2 ) 02 Nos. 12 Pressure Switch Danfoss KP36 05 Nos. 13 Pot Strainer 200 mm Dia 05 Nos. 14 63 mm GM Internal Hydrant Single Outlet
Valves 46 Nos.
15 63 mm Dia External ( Yard ) Hydrant 08 Nos. 16 63 mm Hose Pipe (02 Nos.) & Brass
Nozzle (02 Nos.). 42 Set.
17 19 mm Hose Reel Drum Ball Valve. 44 Nos. 18 19 mm Shut up Nozzle Plastic. 44 Nos. 19 63/19 mm GM Branch Pipe & Male Inlet. 01 No. 20 Air Vessel. 07 Nos. 21 750×450×250 mm Fire Hose Single Door
Cabinet. 34 Nos.
22 750×600×250 mm Fire Hose Double Door Cabinet.
18 Nos.
23 Fire Sprinkler. 2616 Nos. 24 Roset Plate. 2616 Nos. 25 Flow Switch. 18 Nos. 26 Main Fire Panel. 01 No. 27 Booster Pump Panel. 01 No. 28 4 Way Fire Brigade Connection 02 Nos.
Signature and Seal of Tenderer
N-CAMC for Fire Fighting System installed at SEBI Bhavan II – Tender No. FMD-IV/22/2019 Page 16 of 16
ANNEXURE ‘B’
LIST OF APPROVED MAKES
SR. NO ITEM APPROVED MAKES 1 Heavy Duty Butterfly
valve H. Guru, ORBINOX, Leader, Audco, Any other equivalent make.
2 Gate valve (gun metal)
Leader, Sant, New, ORBINOX, Georg Fischer, OR any ISI Marked Valve, Any other equivalent make.
3 Non Return Valve (gun
metal) Leader, Sant, ORBINOX, Georg Fischer OR any ISI Marked Valve, Any other equivalent make.
4 Ball Valve Audco / Leader, Any other equivalent make.
5 Pressure Gauges
H. Guru, ORBINOX, Leader, Audco, Wica, Fiebig, Any other equivalent make.
6 Pressure Switch Danfoss, Indfoss / Switzer / Verma Trafag/ Potter,
Any other equivalent make.
7 Gun Metal sprinkler head & quartz bulb
Spray safe / HD / Globe / Safex / Newage / UL listed, Any other equivalent make.
8 Fire Cabinet Any BIS certified make.
9 MS hose reel drum SBJ/ Newage / Sukan/ Winco, Any other equivalent make.
10 Flow Switch Honeywell, Potter / System Sensor / Jhonson Control, Any other equivalent make.
11 Fire hose Jayashree, Indian Rayon, Dunlop, Any other equivalent make.
12 Red oxide metal primer, P O red colour, Light Gray colour
Nerolac/ Dulux/Asian/ Equivalent, Any other equivalent make.
13 Hydrant Valve SBJ / Newage / Sukan / Winco, Any other equivalent make.
14 Push Button L&T/Siemens/Equivalent
15 Red oxide metal primer/PO red colour/ Light grey colour
Nerolac/ Dulux/Asian/ Equivalent.