You are on page 1of 39

Tender No.

-230 /EPD-III/ATPS/2018-19

INSTRUCTION TO TENDERER

1. Submission of E-Bids:
The Bid Submission module of e-procurement website http://etender.up.nic.in enables the bidders to
submit the e-bids online against this bidding published by the purchaser. Bid may be submitted only during
the period and time stipulated in the bidding. Bidders are advised start the Bid Submission process well in
advance so that they can submit their bids in time. The bidders shall submit their bids taking into account
the server time, displayed in the e-procurement website. This server time is the time by which the bid
submission activity will be allowed till the permissible time on the last date of submission stipulated in the
schedule. The bidders cannot submit their bids after the completion of bid submission period. For delay in
submission of bids due to any reasons, shall be responsibility of the bidder. The bidders shall follow the
instructions mentioned herein under for submission of their e-bids:
1.1 For participating in bids through the e-bidding system, it is necessary for the bidders to be the registered
users of the e-procurement website http://etender.up.nic.in The bidders shall first register themselves
on the e-bidding website, if they have not done so previously, using the option “Click here to enroll”
available on the home page of the website.
1.2 In addition to the normal registration, the bidder has to register with their Digital Signature Certificate
(DSC) in the e bidding system and subsequently he/ she will be allowed to carry out his /her bid
submission activities. Registering the Digital Signature Certificate (DSC) is a onetime activity. Before
proceeding to register their DSC, the bidder shall first log on to the e bidding system using the User Login
option on the home page with the logging ID and Password with which they has registered as per clause
1.1 above. For successful registration of DSC on e-procurement website http://etender.up.nic.in., the
bidder must ensure that they possess class-2 /Class-3 DSC issued by any certifying authorities duly
approved by Controller of Certifying Authorities. The bidder is also advised to register their DSC on E-
procurement website well in advance before bid submission period & time so that they do not face any
problem while submitting their e-bid against this bidding. The bidder can perform User Login creation
and DSC registration exercise as described in clauses 1.1 and 1.2 above even before bid submission
period starts. The purchaser shall not be held responsible if the bidder tries to submit their e-bid at the
last moment of submission of bid, but could not submit due to DSC registration problem.
1.3 The bidder can search for active biddings through “Search Active Biddings” link, select a bidding in which
they are interested in and then move it to ‘My Biddings’ Folder using the option available in the Bid
Submission menu. After selecting and viewing the bidding, for which the bidder intends to bid, from “My
Biddings” folder, the bidder can place their bid by clicking “pay Offline” option available at the end of the
view bidding form. Before this, the bidder should download the bidding document and price
Schedule/Bill of Quantity (BOQ) and study them carefully. The bidder shall keep all the documents ready
as per the requirements of bidding document in the PDF format except the Price Schedule/Bill of
Quantity (BOQ) which shall be in the XLS Format (EXCEL sheet).
1.4 After clicking the ‘Pay offline’ option, the bidder shall be redirected to the relevant page of Terms and
conditions. The bidder shall read the Terms and conditions before proceeding to fill in the Bidding fee
EMD offline payment details. After entering and saving the Bidding Fee and EMD details, the bidder shall
click “Encrypt & Upload” option given in the offline payment details form so that “Bid Document
Preparation and Submission” window appears to upload the documents as per technical (Fee details,
Qualification details, Bid Form and Technical Specification details) and financial (Bid Form and Price
Schedule/BOQ) schedules/packets given in the bidding details. The details of the Demand Draft or any
other accepted instrument which is to be physically sent in the original before opening of technical bids,
should tally with the details available in the scanned copy and the data entered during with submission
time otherwise the bid submitted shall not be accepted.
Page 1 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

1.5 Next, the bidder should upload the Technical Bid Documents for fee details (Bidding fee and EMD),
Qualification details as per PQC, and Financial Bid documents as per BOQ of bidding document. Before
uploading, the bidder has to select the relevant Digital signature Certificate. They may be prompted to
enter the digital signature Certificate password, if necessary. For uploading, the bidder should click
“Browse” button against each document label in Technical and Financial schedules/packets and then
upload the relevant PDF/XLS files already prepared and stored in the bidder’s computer.
1.6 The Bidder shall click “Encrypt” next for successfully encrypting and uploading of required documents.
During the above process, the bid documents are encrypted/ locked electronically with the DSC’s of the
Bid openers to ensure that the bid documents are protected, stored and opened by concerned bid
openers only.
1.7 After successful submission of bid documents, a page giving the summary of bid submission will be
displayed that the process of e- bid submission is completed. The bidder can take a printout of the
summary using the “print” option available in the window as an acknowledgement for future reference.
1.8 Purchaser reserves the right to cancel any or all Bids without assigning any reason.
1.9 The Bidders are advised to upload the scanned documents with minimum of 150 dpi scanner to ensure
readable uploaded e- Bids.
2. Deadline for Submission of E-Bids:
2.1 E-Bids (Technical and Financial) must be submitted by the bidders at e-procurement website
http://etender.up.nic.in not later than 16:00 Hours on 28/01/2019.
2.2 The Purchaser may at this discretion, extends this deadline for submission of bids by amending the bid
documents.
3. Late Bids
3.1 The server time indicated in the Bid Management window on the e-procurement website
http://etender.up.nic.in will be the time by which the bid submission activity will be allowed till the
permissible date and time schedule in the bidding. Once the bid submission period is over, the bidder
cannot submit their bid. Bidder has to start the Bid Submission well in advance so that the submission
process is completed within the scheduled period, failing which it shall be the bidder’s responsibility.
4. Withdrawal and Resubmission of E-Bids
4.1 At any point of time, a bidder may withdraw their bid submitted online before the completion of bid
submission period. For withdrawing, the bidder shall first log in using their login ID and password and
subsequently by their Digital Signature Certificate on the e-procurement website http://etender.up.nic.in.
The bidder shall then select “My Bids” option in the Bid Submission menu. The page listing all the bids
submitted by the bidder shall be displayed. Click “View” to see the details of the bid to be withdrawn.
After selecting the “Bid Withdrawal” option, the bidder has to click “Yes” to the message “Do you want to
withdraw this bid?” displayed in the Bid Information window for the selected bid. The bidder also has to
enter the reason for withdrawing the bid and upload the same for withdraw before clicking the “Submit”
button. The bidder has to confirm again by pressing “Ok” button before finally withdrawing their selected
bid.
4.2 The bidder has to request the purchaser with a letter, attaching the proof of withdrawal and submission
of bid security/EMD in the office of purchaser for taking back the bid security/EMD as per the manual
procedure.
4.3 No bid may be withdrawn in between the period fixed for submission of bids and the period of expiry.
Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of their bid security.
4.4 The bidder can resubmit their bid as and when required till the scheduled bid submission end date and
time. The bid submitted earlier will be replaced by the new one. The bid security submitted by the
bidder earlier will be used for revised bid and the new bid submission summary generated after the
successful submission of the revised bid will be considered for evaluation purposes. For resubmission,
the bidder shall first log in using their Login ID and Password and subsequently by their Digital Signature

Page 2 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

Certificate on the e-procurement website http://etender.up.nic.in. The bidder should then select “My
Bids” option in the Bid Submission menu. The page listing all the bids submitted by the bidder will be
displayed. Click “View” to see the details of the bid to be resubmitted. After selecting the “Bid
Resubmission” option, click “Encrypt & Upload” to upload the revised bid documents by following the
methodology provided in clauses 1.4 to 1.7.
4.5 The bidders can submit their revised bids as many times as possible by up loading their bid documents
within the schedule period for submission of e-bids.
4.6 No bid can be resubmitted subsequently after the period for submission of bids is over.
5. Bidders are advised to study the bid Document carefully. Submission of bids against the tender notice shall be
deemed to have been done after careful study and examination of the procedures, terms and conditions
stipulated in the bid Documents with full understanding of its implications.
6. The bid document is available at e-procurement website http://etender.up.nic.in. Interested bidders may view,
download the bidding document, seek clarification and submit their bid online up to the prescribed date and
time through uploading on e-procurement website http://etender.up.nic.in.
7. All bids must be accompanied by a Bid Security (EMD) in the form of Bank Guarantee in prescribed proforma as
per Annexure or FDR/TDR/RTGS/NEFT of scheduled Bank which shall be duly pledged in favour/ Account name
of Dy.CAO, CFA & BO, ATPS, Anpara. The scanned copy of bid document fee (Tender Cost), Earnest Money,
Power of attorney and all the bid documents must be up loaded electronically. The ORIGINAL COPY of bid
document fee, EMD, Power of Attorney made in the name of individual whom signed bid document digitally
through DSC & Validity Commitment in prescribed format as per Annexure on non judicial stamp paper of Rs
20.00 each should be furnished to the Office of Executive Engineer, EPD-III, Anpara ‘A’ Thermal Power Station,
Anpara (Sonebhadra), U.P.-231225 (email id: ee.epd_3.atps.anpara@uprvunl.org) before opening of Part-I of the
submitted bid, failing which the bid shall not be considered/opened. The hard copies shall be sent/submitted to
prescribed address with super scribed tender only. If they are sent with other address or not superscribed with
tender no. and it did not reach to prescribed address before scheduled date and time of bid opening then his bid
will be rejected and bidder shall be solely responsible for it. Nothing will be heard on this matter.
8. The bids shall be electronically opened in the presence of bidder’s representatives, who choose to attend, at the
prescribed venue, date and time mentioned above.
9. The Purchaser reserves the right to cancel any or all the bids/annul the bidding process without assigning any
reason thereof.
10. In the event of date specified for bids opening, being declared a holiday then the bid shall be opened on next
working day at schedule time.
11. All the required documents shall be submitted/ uploaded by the bidder electronically in the PDF format.
However, the Financial Bid should be submitted in the XLS format.
12. Quantity as mentioned in e-Tender Notice is tentative and may vary up to any extent as per site requirement.
13. No deviation from the Technical specification & Technical Conditions shall be acceptable in Technical part-‘B’ of
Bid.

Executive Engineer

Page 3 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

GENERAL CONDITIONS

The site of Anpara Thermal Power Station is situated on the border of U.P & M.P. at the
southernmost tip of Distt. Sonebhadra in U.P. and on the left bank of Rihand Reservoir along National
Highway No. 15 near the Village Anpara and 3 Km. from the existing Renusagar Thermal Power Station.
Before submission of the tender, the tenderer are requested to make themselves fully conversant with the
scope of work and site of work and shall quote rates in the price bid accordingly.

1. Where a bidder has not furnished complete information / documents which are required in Part-I
[Technical Bid], Part –II [price bid] cover may not be openedat all and their bid for the tender will
get rejected.
2. In case, due date of opening happens to be a holiday, the tender shall be opened on the next working day.
3. Intending bidders are advised to see the sample of each item at plant site before quoting rates of tendered
items. The contact person for arranging the sample and for queries in respect of specifications is the
Executive Engineer, FF&SD 3X210MW, 'A'TPS, Anpara.
4. Quantity Offered: The bidder shall clearly mention the quantity offered against the specified quantity of
purchase. However the order will be given to overall lowest bidder.
5. Material composition of the tendered item shall be got tested from Shri Ram Test Laboratory, New Delhi if
Nigam wishes to do so. Charges for the material composition testing shall be borne by the Nigam. The
sample for the same shall be drawn in presence of the representatives of the UPRVUNL & supplier.
6. Consignee: The Executive Engineer, O&MSD, 3X210MW, 'A'TPS, Anpara for supply and EE, FF&SD, ATPS for
Work.
7. Rejection of Offer: Nigam reserves the right to reject any or all offers without assigning any reason thereof
to the participants. This office may revise the quantity of material at any stage and it will be communicated
to the firm.
8. In case of a tie (same rate quoted by two or more bidder) in quotations for a particular item, the decision to
accept/reject the rate for that item shall be reserved with Nigam.
9. Supply/Work of Advanced Addressable Fire Detection, Alarm & Protection System for 3x210M.W.
Anpara Thermal Power Plant, Anpara shall be awarded to single firm, (i.e. overall lowest bidder
firm), who will be L-I in summation of amount of all the supply portion and work portion.
10. A pre bid meeting shall be held on dt: 18.01.2019 before opening of Part-I. All the bidder are
requested to participate in that meeting for any type of query/ suggestion etc. Nothing will be
heard about tender specification, terms & condition etc. after opening of Part-I.
11. Overwriting / use of whitener may reject the tender. Any cutting should be verified with full signature of the
bidder. However, the decision to accept/reject such offer by Nigam shall be final and binding on the
tenderer.
12. No contents / figures / any other entries should be blocked or deleted while submitting the copies of
documents; otherwise such documents shall not be considered / accepted for evaluation.
13. Bidders are advised to visit site before quoting their bid to have an idea about working condition,
environment and facility etc nothing will be heard after opening of tender and award of order.

Executive Engineer

Page 4 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

PREQUALIFYING CONDITIONS TOWARDS OPENING OF BID PART-II

1. The bidder must deposit requisite Earnest Money in the form of RTGS/NEFT of a scheduled Bank payable at
Anpara in favour/account name of Dy. CAO, CFA & BO, ATPS, Anpara. In case, the Earnest money amount
exceeds Rs. 5000.00, the same may be submitted in the form of Bank Guarantee issued from a scheduled
bank in standard applicable format valid for a period of minimum Six months with claim period of four
month over and above the validity period. Bidder must upload the duly attested scanned copy of pay-in-slip
with clearly mentioned UTR No, name of account, date of submission and amount.

2. Tender Cost Rs. 590.00 in the form of RTGS/NEFT mode in the bank account of Dy. CAO, CFA & BO, ATPS,
Anpara
NOTE: in case of RTGS/NEFT deposition mode follow the mentioned details.
Beneficiary Name: Dy. CAO, CFA & BO, ATPS, Anpara
Beneficiary Bank Name & Branch: State Bank of India, Anpara
Account type: Current Account
MICR Code: 231002202
Bank Account No.: 10722279089
IFSC Code: SBIN0006339
Branch Code: 06339
Bidder must upload the duly attested scanned copy of pay-in-slip with clearly mentioned UTR No, name of
account, date of submission and amount

3. The bidder must submit ‘Validity Agreement’ as per format enclosed on non-judicial stamp paper worth Rs.
20.00, affixed with Revenue Stamp of Re.1.00, duly signed by two witnesses with their addresses. Offer
should be valid for a minimum period of 03 (three) months from the actual date of opening of BID PART- I.

4. The bidder should submit a copy of ‘VALID’ and relevant GST registration certificate.

5. The bidder should submit a legible copy of documentary evidence towards PAN allotted in the name of the
‘Firm’ only.
6. Financial turnover of the firm of immediate preceding three financial year should be more than 1.95 crore.
Bidder will also submit balance sheet of last three financial year in support of above fact. Bidder will also
submit the latest income tax clearance certificate of financial year 2017-18 .
7. The bidder should submit -
i. Un-price Bid, as enclosed in Annexure-A, duly filled up and signed under seal.

8. Bidder should be:


I. In the field of fire protection system i.e. for designing, manufacturing, supply and erection &
commissioning for at least last 10 year.
II. Bidder should be successfully designed, supplied and commissioning fire protection system, at least
two different government undertaking organisation, in India. Firm will submit the satisfactory work
completion certificate issued by that organisation.
Valid and relevant proof in support of same is to be submitted.
9. The bidder shall, as a token of experience, submit photo copy(s) of purchase orders(s) placed on them for
supply, erection & commissioning of same/similar items& Job completion certificate, (i.e Supply,
Installation, Testing &Commissioning of Fire Detection, Alarm & Protection System), from NTPC / UPRVUNL
/ SEB’s / IOCL &other Govt. / Semi Govt. organizations. Value of such orders should be as follows-
a. Value of one such order should not be less than 80 % of the estimated value of the tender.
OR
b. Value of two such orders should not be less than 50 % of the estimated value of the tender.
OR
Page 5 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

c. Value of three such orders should not be less than 40 % of the estimated value of the tender.

These orders should have been placed within past seven years from the date of publication of this tender /
uploading on the internet.

10. The bidder shall furnish photocopy of Proprietor Ship Deed / Partnership Deed / Memorandum of
Association as the case may be.

11. The bidder shall furnish Name, Permanent Address, Correspondence Address and other information as per
enclosed format.

12. The bidder shall certify that “Whether any of the relatives of the proprietor/partners of the firm are
employed in UPRVUNL.” If so, the bidder shall have to intimate the post and place of posting of such
relatives.

13. Inspection Clause : The bidder should submit consent for procedure of inspection laid out as below along
with requisite documents
(*) Material shall be got inspected by the ‘Third Party’ e.g. M/s Lloyds Register Industrial Services (or any other
specified ‘Third Party’), at Firm premises /Ware House in accordance to drawing /datasheet/specification/QAP
submitted by firm in e-tender part-I and its approval by UPRVUNL at the time of order. However UPRVUNL would
not be responsible for any flaw in submitted /approved drawing/datasheet/technical specification/QAP. It would be
the sole responsibility of firm to ensure its interchange ability and guaranteed life. The inspection shall be witnessed
by the representative of UPRVUNL. Inspection charges for the same shall initially be paid by the supplier, which shall
be reimbursed by the Nigam, as per actual, on submission of documentary evidence, thereof.
a. The bidder shall enclose a photocopy of any past M/s Lloyds Register Industrial Services report regarding
inspection carried out at their works OR an undertaking from M/s Lloyds Register Industrial Services regarding
carrying out an inspection at their works in event of placement of any purchase order or inspection report of
any recognised third party carried out inspection at their works.
AND
(*) The Material shall be got inspected at Firm’s Works / Anpara Stores by the representative of Nigam
CISF .

14. The bidder should confirm that he has all the testing facilities for the inspection by ‘Third Party’ / by the
representative of Nigam, as per relevant IS / present tender specification at their works or at the works of
the principal. UPRVUNL reserves the right to get the material tested at any approved testing laboratory at own cost.
The results indicated in this report shall be final and binding on the supplier. Test report of material composition as per
specification shall be submitted of the Govt. lab/Govt. approved lab/manufacturer test report at the time of inspection.

15. Every bidder has to give certificate that they are not in black listed firms in any government organization.
Any bidder running blacklisted in any government organization is not eligible to participate in this tender bid.
If it is found during tender process, then its offer will be rejected

16. The bidder shall enclose Annexure-B (Commercial & other terms and conditions) enclosed with this tender
document, duly filled up and signed for acceptance on both sides. Variation in the terms and conditions, if
any, should be specifically mentioned. In that case, Final decision for the same shall be decided by Nigam
and shall be binding to bidder

17. No technical deviation will be accepted. Bidders shall submit certificate that quoted tender has no technical
variation in any item from tender specifications.

18. Firm shall submit the certificate that they will follow all the rules, regulation and safety norms of factory act
& all the legal formalities for execution of fire protection work.

Page 6 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

Note: Bidder has to submit consent, documents where ever asked in above prequalifying conditions. Firm will
upload all above PQC document up to last date of bid submission. In absence of fulfilling of above condition the
bidder offer will be rejected.

Executive Engineer

Page 7 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

ANNEXURE – A

TECHNICAL DETAILS [UNPRICED BID]

Tender
Listings/
S. No. Item No. & Reqd. Quoted/ Technical
Item Description Approval Make Unit
Model Qty. Unquoted Deviation, If any
s

Advanced Addressable Smoke and Fire Detection System for UPRVUNL Power Plant, Anpara
For 1. Main Cable Gallery, 2. Control Room (for Unit #1, 2 & 3) , 3. Switch Gear Room (for Unit #1, 2, &
3). 4. Coal handling conveyor ( 08 Nos.)5. MCB Cable Gallery. 5. Main Fire Control Room (FDAS
Monitoring on Graphic Monitoring System) and Installation of CCTV System
1.
(FOR SUPPLY)
SITC of Main Fire Alarm Control Panel (FACP)
SITC of 32-bit Microprocessor based Intelligent Addressable Peer-to-Peer
networkable, 4-loop FACP (Fire Alarm Control Panel); equipped with 6 loops.
FACP shall be able to accommodate up to 2 nos. of 12V/50AH batteries in its own UL & ULC
housing and shall have a battery charging capacity of (up to) 2 nos. of 12V/100 Listed.
AH housed externally. FACP shall have 854 character display and at least 5 FM Nos 1
custom-programmable buttons for user-specific programmable functions. Each Approved
Detection Loop of FACP shall accommodate up to 250 detectors and devices in .
any combination. FACP shall accommodate up to 2500 detectors and devices at
100% capacity in any combination. FACP shall have a supervised electronic
provision to store site-related back-up of Auto-CAD As-Built Drawings,
Configuration Software Back-Up, Reports, Logs etc. Battery backup for 4 hours of
operation included
2.
(FOR WORK)
SITC of Main Fire Alarm Control Panel (FACP)
SITC of 32-bit Microprocessor based Intelligent Addressable Peer-to-Peer UL & ULC
networkable, 4-loop FACP (Fire Alarm Control Panel); equipped with 6 loops. Listed.
FACP shall be able to accommodate up to 2 nos. of 12V/50AH batteries in its own FM Nos 1
housing and shall have a battery charging capacity of (up to) 2 nos. of 12V/100 Approved
AH housed externally. FACP shall have 854 character display and at least 5 .
custom-programmable buttons for user-specific programmable functions. Each
Detection Loop of FACP shall accommodate up to 250 detectors and devices in
any combination. FACP shall accommodate up to 2500 detectors and devices at

Page 8 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

100% capacity in any combination. FACP shall have a supervised electronic


provision to store site-related back-up of Auto-CAD As-Built Drawings,
Configuration Software Back-Up, Reports, Logs etc. Battery backup for 4 hours of
operation included
3.
(FOR SUPPLY)
SITC of Active Repeater Panel UL & ULC
SITC of Active Repeater Panel with 80-Character (2x40) display with supervised Listed.
power supply from FACP. Repeater Panel shall monitor and control (Scroll, FM Nos 1
Acknowledge, Reset & Mute) all the events of the FACP to which it is connected Approved
and it shall have Port Vectoring / Event Filtering capability of showing only .
ALARMS, TROUBLES or SUPERVISORY or customized combinations of user
selected events.
4.
(FOR WORK)
SITC of Active Repeater Panel UL & ULC
SITC of Active Repeater Panel with 80-Character (2x40) display with supervised Listed.
power supply from FACP. Repeater Panel shall monitor and control (Scroll, FM Nos 1
Acknowledge, Reset & Mute) all the events of the FACP to which it is connected Approved
and it shall have Port Vectoring / Event Filtering capability of showing only .
ALARMS, TROUBLES or SUPERVISORY or customized combinations of user
selected events.
5.
(FOR SUPPLY)
SITC of ColorGraphic User Interface Station
SITC of PC based Color Graphic User Interface Station (Client) to provide
UL & ULC
Annunciation, Status display, Monitoring & Control of each and every element
Listed.
connected to Fire Alarm System and Networks. Graphic User Interface (Client)
FM Nos 1
shall be connected to the server PC via TCP/IP or, if necessary, Wireless
Approved
connectivity. Client station shall provide full functionality of the server in terms of
.
monitoring and control. However it shall have a provision of customized
configuration where filtering of events shall be possible. It shall have provision for
the configuration multiple password-protected operators with varying
customized authority levels.
6.
(FOR WORK) UL & ULC
SITC of ColorGraphic User Interface Station Listed.
SITC of PC based Color Graphic User Interface Station (Client) to provide FM Nos 1
Annunciation, Status display, Monitoring & Control of each and every element Approved
connected to Fire Alarm System and Networks. Graphic User Interface (Client) .
shall be connected to the server PC via TCP/IP or, if necessary, Wireless

Page 9 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

connectivity. Client station shall provide full functionality of the server in terms of
monitoring and control. However it shall have a provision of customized
configuration where filtering of events shall be possible. It shall have provision for
the configuration multiple password-protected operators with varying
customized authority levels.
7.
(FOR SUPPLY)
SITC of ColorGraphic User Interface Station Nos 1
PC Hardware for Graphic User Interface: Core i5, 4GB RAM, 1 TB HDD, WIN10,
1GB Graphic Card, 42" LED Monitor, Mouse and Keypad. PC Hardware shall be
compatible to Graphic User Interface Software
8.
(FOR WORK)
SITC of ColorGraphic User Interface Station Nos 1
PC Hardware for Graphic User Interface: Core i5, 4GB RAM, 1 TB HDD, WIN10,
1GB Graphic Card, 42" LED Monitor, Mouse and Keypad. PC Hardware shall be
compatible to Graphic User Interface Software
9.
(FOR SUPPLY)
SITC of Multi Sensor (Photoelectric Optical Smoke + Heat)
detector with base
SITC of Intelligent Addressable Multi-Sensor (Optical Smoke + Heat) detector with
base. The optical sensor element shall have multiple selectable sensitivity levels
from 0.2% Obs/ft to 3.7% Obs/ft. The ROR detection element shall have UL & ULC
selectable rate of rise setting of 8°C per minute & 11°C per minute (or close to Listed.
this value not deviating more than 1°C). Fixed temp detection element shall have FM Nos 350
two selectable settings of 57°C and 68°C (or closer to this value not deviating by Approved
1°C). Multis-sensor detector shall have a configuration mode that gives separate .
alarms for smoke detection and heat detection and shall indicate the cause of
alarm (smoke or heat). Also the multi-sensor shall have combined configuration
mode of smoke and heat detection that gives only one evaluated alarm from a
multi-sensor detector in case of a fire event. The detector shall have operating
temperature range from -9°C to 50°C and humidity tolerance range up to 95% RH,
Non-Condensing.
10.
(FOR WORK) UL & ULC
SITC of Multi Sensor (Photoelectric Optical Smoke + Heat) Listed.
detector with base FM Nos 350
SITC of Intelligent Addressable Multi-Sensor (Optical Smoke + Heat) detector with Approved
base. The optical sensor element shall have multiple selectable sensitivity levels .
from 0.2% Obs/ft to 3.7% Obs/ft. The ROR detection element shall have

Page 10 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

selectable rate of rise setting of 8°C per minute & 11°C per minute (or close to
this value not deviating more than 1°C). Fixed temp detection element shall have
two selectable settings of 57°C and 68°C (or closer to this value not deviating by
1°C). Multis-sensor detector shall have a configuration mode that gives separate
alarms for smoke detection and heat detection and shall indicate the cause of
alarm (smoke or heat). Also the multi-sensor shall have combined configuration
mode of smoke and heat detection that gives only one evaluated alarm from a
multi-sensor detector in case of a fire event. The detector shall have operating
temperature range from -9°C to 50°C and humidity tolerance range up to 95% RH,
Non-Condensing.
11.
(FOR SUPPLY)
SITC of Heat Detector with base UL & ULC
SITC of Intelligent Addressable Rate of Rise cum Fixed Temperature Heat Detector
Listed.
along with base. Rate-of-Rise temperature detection element shall have two
FM Nos 250
selectable settings of 8° C & 11° C (or closer to this value not deviating by 1°C)
Approved
and Fixed temperature sensing shall be independent of rate-of-rise sensing and
.
shall have two selectable settings of 57° C & 68°C (or closer to this value not
deviating by 1°C). The detector shall have operating temperature range from 0°C
to 50°C and humidity tolerance range up to 95% RH, Non-Condensing.
12.
(FOR WORK)
SITC of Heat Detector with baseSITC of Intelligent Addressable Rate of UL & ULC
Rise cum Fixed Temperature Heat Detector along with base. Rate-of-Rise
Listed.
temperature detection element shall have two selectable settings of 8° C & 11° C
FM Nos 250
(or closer to this value not deviating by 1°C) and Fixed temperature sensing shall
Approved
be independent of rate-of-rise sensing and shall have two selectable settings of
.
57° C & 68°C (or closer to this value not deviating by 1°C). The detector shall have
operating temperature range from 0°C to 50°C and humidity tolerance range up
to 95% RH, Non-Condensing.
13.
(FOR SUPPLY)
SITC of Ember Detector CE, ETDC Nos 80
SITC of Ember Detector for conveyor belt detection with interfacing to
suppression system.
14.
(FOR WORK)
SITC of Ember Detector CE, ETDC Nos 80
SITC of Ember Detector for conveyor belt detection with interfacing to
suppression system.

Page 11 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

15.
(FOR SUPPLY)
SITC of Indoor Application Manual Call Points UL & ULC
SITC of Intelligent Addressable Double Action Indoor Application Manual Pull
Listed.
Stations / Manual Call Points suitable for wall/column mounting. MCP shall have
FM Nos 35
red coloured housing with molded, raised-letter operating instructions of
Approved
contrast colour. The MCP shall latch mechanically upon operation and shall
.
remain so until manually reset with its key by an authorized operator. The MCP
shall have operating temperature range from 0°C to 50°C and humidity tolerance
range up to 93% RH, Non-Condensing.
16.
(FOR WORK)
SITC of Indoor Application Manual Call Points UL & ULC
SITC of Intelligent Addressable Double Action Indoor Application Manual Pull
Listed.
Stations / Manual Call Points suitable for wall/column mounting. MCP shall have
FM Nos 35
red coloured housing with molded, raised-letter operating instructions of
Approved
contrast colour. The MCP shall latch mechanically upon operation and shall
.
remain so until manually reset with its key by an authorized operator. The MCP
shall have operating temperature range from 0°C to 50°C and humidity tolerance
range up to 93% RH, Non-Condensing.
17.
(FOR SUPPLY)
SITC of Addressable Notification Appliances - Hooter with
Strobe SITC of Addressable Notification Devices (Hooter with Strobe). Hooter
with Strobe unit shall sit directly on addressable NAC (Notification Appliance
Circuit) of FACP, fully supervised and powered from FACP. Hooter and Strobe
elements of the combined unit shall have independent activation & deactivation
criteria. Hooter shall stop at alarm "Acknowledge" and the Strobe shall stop at UL & ULC
panel "Reset". The Hooter and Strobe element of Hooter cum Strobe combined Listed.
unit shall be selected and triggered independently from FACP for performance FM Nos 36
check and maintenanace. Hooter with Strobe unit shall have provision to be Approved
tested by a hand-held field diagnostic tool in "Silent Mode" and "Full Operation .
Sound Mode". The Strobe shall have multiple selectable candela settings
configured and selected from the FACP. The hooter cum Strobe unit shall deliver
ouput up to 94 db at 3m from its installed location. The sounder/strobe unit shall
display the voltage received by them at the control panel. The activation &
deactivation requirement of Notification devices shall not be deviated.Suppliers
not having single notification device meeting these requirements shall quote for
Hooter cum Strobe with supervised control module separately, powered by FACP
NAC. No external 3rd party power supply shall be permitted.

Page 12 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

18.
(FOR WORK)
SITC of Addressable Notification Appliances - Hooter with
Strobe
SITC of Addressable Notification Devices (Hooter with Strobe). Hooter with
Strobe unit shall sit directly on addressable NAC (Notification Appliance Circuit) of
FACP, fully supervised and powered from FACP. Hooter and Strobe elements of
the combined unit shall have independent activation & deactivation criteria.
Hooter shall stop at alarm "Acknowledge" and the Strobe shall stop at panel UL & ULC
"Reset". The Hooter and Strobe element of Hooter cum Strobe combined unit Listed.
shall be selected and triggered independently from FACP for performance check FM Nos 36
and maintenanace. Hooter with Strobe unit shall have provision to be tested by a Approved
hand-held field diagnostic tool in "Silent Mode" and "Full Operation Sound .
Mode". The Strobe shall have multiple selectable candela settings configured and
selected from the FACP. The hooter cum Strobe unit shall deliver ouput up to 94
db at 3m from its installed location. The sounder/strobe unit shall display the
voltage received by them at the control panel. The activation & deactivation
requirement of Notification devices shall not be deviated.Suppliers not having
single notification device meeting these requirements shall quote for Hooter cum
Strobe with supervised control module separately, powered by FACP NAC. No
external 3rd party power supply shall be permitted.
19.
(FOR SUPPLY) UL & ULC
SITC of Monitor Module Listed.
SITC of Intelligent Addressable, Supervised Monitor Module monitoring Potential- FM Nos 18
free, Normally Open Dry Contact input. The Monitor Module shall have operating Approved
temperature range from 0°C to 70°C and a humidity tolerance of up to 93% RH, .
Non-Condensing.
20.
(FOR WORK) UL & ULC
Listed.
SITC of Monitor ModuleSITC of Intelligent Addressable, Supervised FM Nos 18
Monitor Module monitoring Potential-free, Normally Open Dry Contact input.
Approved
The Monitor Module shall have operating temperature range from 0°C to 70°C
.
and a humidity tolerance of up to 93% RH, Non-Condensing.
21.
(FOR SUPPLY) UL & ULC
SITC of Control Modules Listed.
SITC of Intelligent Addressable Potential-free, Form-C, SPDT contact based FM Nos 35
control module to trigger 3rd party utilities like AHU shut-off, Pressurization fan Approved
activation, Special notification activation etc. The contact shall be rated for .
2A@24Vdc (Resistive) & 1A@24Vdc (Inductive). The control module shall have

Page 13 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

operating temperature range from 0°C to 49°C and a humidity tolerance of up to


93% RH, Non-Condensing.
22.
(FOR WORK)
SITC of Control Modules UL & ULC
SITC of Intelligent Addressable Potential-free, Form-C, SPDT contact based Listed.
control module to trigger 3rd party utilities like AHU shut-off, Pressurization fan FM Nos 35
activation, Special notification activation etc. The contact shall be rated for Approved
2A@24Vdc (Resistive) & 1A@24Vdc (Inductive). The control module shall have .
operating temperature range from 0°C to 49°C and a humidity tolerance of up to
93% RH, Non-Condensing.
23.
(FOR SUPPLY) UL & ULC
Listed.
SITC of Short Circuit Isolator FM Nos 20
SITC of Intelligent Addressable, Supervised Short-Circuit Isolator. The Isolator
Approved
Monitor Module shall have operating temperature range from 0°C to 49°C and a
.
humidity tolerance of up to 90% RH, Non-Condensing.
24.
(FOR WORK) UL & ULC
Listed.
SITC of Short Circuit Isolator FM Nos 20
SITC of Intelligent Addressable, Supervised Short-Circuit Isolator. The Isolator
Approved
Monitor Module shall have operating temperature range from 0°C to 49°C and a
.
humidity tolerance of up to 90% RH, Non-Condensing.
25.
(FOR SUPPLY)
Linear Heat Sensing Cable UL Listed RM 25000
Supply, Laying and Fixing of Digital Linear Heat Sensing Cable for Cable cellar; 68
Deg; with required accessories like EOL Resistor, JB and distance fault locator
26.
(FOR WORK)
Linear Heat Sensing Cable UL Listed RM 25000
Supply, Laying and Fixing of Digital Linear Heat Sensing Cable for Cable cellar; 68
Deg; with required accessories like EOL Resistor, JB and distance fault locator
27.
(FOR SUPPLY) UL Listed Nos 55
Eol Resistor for LHS Cable
28.
(FOR WORK) UL Listed Nos 55
Eol Resistor for LHS Cable
29.
(FOR SUPPLY)Junction Box for cable terminations; 4"x6", GI powder UL Listed Nos 25
coated, IP66 rated

Page 14 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

30.
(FOR WORK) UL Listed Nos 25
Junction Box for cable terminations; 4"x6", GI powder coated, IP66 rated
31. UL & ULC
Listed.
(FOR SUPPLY) FM Nos 50
Minitor Module for FACP Interface Approved
.
32. UL & ULC
Listed.
(FOR WORK) FM Nos 50
Minitor Module for FACP Interface Approved
.
33.
(FOR SUPPLY)
Cables Mtr 5000
Supply, Laying and Fixing of 2C x 1.5 sqmmarmored FRLS Cable for FACP Loop
Cabling: 600V, Armored, Screened, Drain Wired, FRLS
34.
(FOR WORK)
Cables Mtr 5000
Supply, Laying and Fixing of 2C x 1.5 sqmmarmored FRLS Cable for FACP Loop
Cabling: 600V, Armored, Screened, Drain Wired, FRLS
35.
(FOR SUPPLY)
Lot 1
Misc
Accessories like gang box, glands, LHS support etc
36.
(FOR SUPPLY)
CCTV System for Plant-1 (for BTPS Cable Gallery & MCB)
Camera, Network, Bullet, POE, 4MP, 2560x1440P
Specification
Type network Bullet, Power Supply POE, Mega Pixel, 4MP Resolution
2560x1440P, Vandal Proof, High Efficincy, Video Compression H265 with triple
PC 42
streaming, Sensor 1/2.8 IN sonyExmor CMOS Resolution, 2560x1440 Pixle at
25FPS, IR Measure Distance, 50M, Maximum temprature 70C protection Class, IP
66 Camera Support2.8-12mmVari Focal Lens, Smart IR, Smart Defog, Corridor
Mode, Privacy, Masking Support, Lightening / Surge 1000V, Protection : Audio
I/O, SD Card, Alarm Input USB, Alarm Trigger Motion Detection/Ip Conflict/,
Conflict/Port Alarm, High Profile, ONVIF Profile, Intelligent Video Analysis
Support, Trip wire/Perimeter, All analytic software.

Page 15 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

37.
(FOR WORK)CCTV System for Plant-1 (for BTPS Cable
Gallery & MCB)Camera, Network, Bullet, POE, 4MP,
2560x1440PSpecificationType network Bullet, Power Supply POE, Mega Pixel,
4MP Resolution 2560x1440P, Vandal Proof, High Efficincy, Video Compression
H265 with triple streaming, Sensor 1/2.8 IN sonyExmor CMOS Resolution,
PC 42
2560x1440 Pixle at 25FPS, IR Measure Distance, 50M, Maximum temprature 70C
protection Class, IP 66 Camera Support2.8-12mmVari Focal Lens, Smart IR, Smart
Defog, Corridor Mode, Privacy, Masking Support, Lightening / Surge 1000V,
Protection : Audio I/O, SD Card, Alarm Input USB, Alarm Trigger Motion
Detection/Ip Conflict/, Conflict/Port Alarm, High Profile, ONVIF Profile, Intelligent
Video Analysis Support, Trip wire/Perimeter, All analytic software.
38.
(FOR SUPPLY)
Recorder, Video, Network, 64 CH, 48 TB, H 265, PC Client Viewing Management
System. PC 1
Specification:
Type: Network, Tape Size 40 CH, Monitor Output: HDMI, Resolution : 4K Video,
Compression : H265, Software Storage Capacity: 48TB
39.
(FOR WORK)
Recorder, Video, Network, 64 CH, 48 TB, H 265, PC Client Viewing Management
System. PC 1
Specification:
Type: Network, Tape Size 40 CH, Monitor Output: HDMI, Resolution : 4K Video,
Compression : H265, Software Storage Capacity: 48TB
40.
(FOR SUPPLY)
Ethernet Switch with OFC Up link PC 1
24 Port 10/1001000 Network Switch with OFC SM SFP
41.
(FOR WORK)
Ethernet Switch with OFC Up link PC 1
24 Port 10/1001000 Network Switch with OFC SM SFP
42.
(FOR SUPPLY)
Cable, Fiber Optics, Single Mode, ARM, 6C Mtr 1000
Cable Single Mode Optical Fiber, 6 Core, Corrugated Steel Tape
Armoured.
43.
(FOR WORK) Mtr 1000
Cable, Fiber Optics, Single Mode, ARM, 6C

Page 16 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

Cable Single Mode Optical Fiber, 6 Core, Corrugated Steel Tape


Armoured.
44.
(FOR SUPPLY)
CABLE,UTP;CAT-6# Mtr 6500
Cable Type: UTP, Specification CAT 6
45.
(FOR WORK)
CABLE,UTP;CAT-6# Mtr 6500
Cable Type: UTP, Specification CAT 6
46.
(FOR SUPPLY) Mtr 3000
CONDUIT, PVC
47.
(FOR WORK)CONDUIT, PVC Mtr 3000
48.
(FOR SUPPLY) PC 2
EQUIPMENT RACK W/ACCESSORIES,12U
49.
(FOR WORK) PC 2
EQUIPMENT RACK W/ACCESSORIES,12U
50.
(FOR SUPPLY)
COUPLER;12F,17.C102G+6X106166-0100 PC 4
Type: 12F, Black, 12F 1U SCSM, Loaded with PIG Tails, Splice Tray: P/N:17C102G,
51.
(FOR WORK)
COUPLER;12F,17.C102G+6X106166-0100 PC 4
Type: 12F, Black, 12F 1U SCSM, Loaded with PIG Tails, Splice Tray: P/N:17C102G,
52.
(FOR SUPPLY) PC 5
OFC Patch Cord, SC-SC, Single Mode
53.
(FOR WORK) PC 5
OFC Patch Cord, SC-SC, Single Mode
54.
(FOR SUPPLY)
Misc Lot 1
Accessories required to complete the System.
55.
(FOR WORK)
Misc Lot 1
Accessories required to complete the System.

Page 17 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

56.
(FOR SUPPLY)
CCTV System for Plant-2 (ATPS Cable Gallery )
Camera, Network, Bullet, POE, 4MP, 2560x1440P
Specification
Type network Bullet, Power Supply POE, Mega Pixel, 4MP Resolution
2560x1440P, Vandal Proof, High Efficincy, Video Compression H265 with triple
PC 28
streaming, Sensor 1/2.8 IN sonyExmor CMOS Resolution, 2560x1440 Pixle at
25FPS, IR Measure Distance, 50M, Maximum temprature 70C protection Class, IP
66 Camera Support2.8-12mmVari Focal Lens, Smart IR, Smart Defog, Corridor
Mode, Privacy, Masking Support, Lightening / Surge 1000V, Protection : Audio
I/O, SD Card, Alarm Input USB, Alarm Trigger Motion Detection/Ip Conflict/,
Conflict/Port Alarm, High Profile, ONVIF Profile, Intelligent Video Analysis
Support, Trip wire/Perimeter, All analytic software.
57.
(FOR WORK)
CCTV System for Plant-2 (ATPS Cable Gallery )Camera, Network,
Bullet, POE, 4MP, 2560x1440PSpecificationType network Bullet, Power Supply
POE, Mega Pixel, 4MP Resolution 2560x1440P, Vandal Proof, High Efficincy, Video
Compression H265 with triple streaming, Sensor 1/2.8 IN sony Exmor CMOS
PC 28
Resolution, 2560x1440 Pixle at 25FPS, IR Measure Distance, 50M, Maximum
temprature 70C protection Class, IP 66 Camera Support2.8-12mmVari Focal Lens,
Smart IR, Smart Defog, Corridor Mode, Privacy, Masking Support, Lightening /
Surge 1000V, Protection : Audio I/O, SD Card, Alarm Input USB, Alarm Trigger
Motion Detection/Ip Conflict/, Conflict/Port Alarm, High Profile, ONVIF Profile,
Intelligent Video Analysis Support, Trip wire/Perimeter, All analytic software.
58.
(FOR SUPPLY)
Recorder, Video, Network, 40 CH, 48 TB, H 265, PC Client Viewing Management
System. PC 1
Specification:
Type: Network, Tape Size 40 CH, Monitor Output: HDMI, Resolution : 4K Video,
Compression : H265, Software Storage Capacity: 48TB
59.
(FOR WORK)
Recorder, Video, Network, 40 CH, 48 TB, H 265, PC Client Viewing Management
System. PC 1
Specification:
Type: Network, Tape Size 40 CH, Monitor Output: HDMI, Resolution : 4K Video,
Compression : H265, Software Storage Capacity: 48TB
60.
(FOR SUPPLY) PC 1

Page 18 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

Ethernet Switch with OFC Up link


24 Port 10/1001000 Network Switch with OFC SM SFP
61.
(FOR WORK)
Ethernet Switch with OFC Up link PC 1
24 Port 10/1001000 Network Switch with OFC SM SFP
62.
(FOR SUPPLY)
Cable, Fiber Optics, Single Mode, ARM, 6C Mtr 1000
Cable Single Mode Optical Fiber, 6 Core, Corrugated Steel Tape
Armoured.
63.
(FOR WORK)
Cable, Fiber Optics, Single Mode, ARM, 6C Mtr 1000
Cable Single Mode Optical Fiber, 6 Core, Corrugated Steel Tape
Armoured.
64.
(FOR SUPPLY)
CABLE,UTP;CAT-6# Mtr 5000
Cable Type: UTP, Specification CAT 6
65.
(FOR WORK)
CABLE,UTP;CAT-6# Mtr 5000
Cable Type: UTP, Specification CAT 6
66.
(FOR SUPPLY) Mtr 2000
CONDUIT, PVC
67.
(FOR WORK)CONDUIT, PVC Mtr 2000
68.
(FOR SUPPLY) PC 1
EQUIPMENT RACK W/ACCESSORIES,12U
69.
(FOR WORK) PC 1
EQUIPMENT RACK W/ACCESSORIES,12U
70.
(FOR SUPPLY)
COUPLER;12F,17.C102G+6X106166-0100 PC 2
Type: 12F, Black, 12F 1U SCSM, Loaded with PIG Tails, Splice Tray: P/N:17C102G,
71.
(FOR WORK) PC 2
COUPLER;12F,17.C102G+6X106166-0100

Page 19 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

Type: 12F, Black, 12F 1U SCSM, Loaded with PIG Tails, Splice Tray: P/N:17C102G,

72.
(FOR SUPPLY) PC 3
OFC Patch Cord, SC-SC, Single Mode
73.
(FOR WORK) PC 3
OFC Patch Cord, SC-SC, Single Mode
74.
(FOR SUPPLY)
Misc Lot 1
Accessories required to complete the System.
75.
(FOR WORK)
Misc Lot 1
Accessories required to complete the System.
Note: Please mention the Make , item no. & model wherever applicable.

Signature of Bidder:
Date :

Rubber Seal :

Page 20 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

A. Codes & Standards


UL-50 Cabinets and Boxes
UL-268 Smoke Detectors for Fire Protective Signalling Systems
UL-864 Control Units for Fire Protective Signalling Systems
UL-268A Smoke Detectors for Duct Applications
UL-521 Heat Detectors for Fire Protective
UL-228 Door Closers-Holders for Fire Protective Signalling Systems
UL- 464 Audible Signalling Appliances
UL-38 Manually Actuated Signalling Boxes
UL-346 Water-flow Indicators for Fire Protective Signalling Systems
UL-1481 Power supplies for Fire Protective Signalling Systems.
UL-1076 Control Units for Burglar Alarm
UL-1971 Visual Notification Appliances
UL-318 Clean Room Application (9th Edition)

NFPA-72, 2013 Edition: General System Design Guideline


NBC, 2005: National Building Code of India
Local AHJ: All requirements of Authorities Having Jurisdiction.

B. Mandatory Approvals
 UL listing
 ULC listing
 FM approval

C. Approved Makes
 Simplex (Tyco) (UL & FM Approved)
 Notifier (Honeywell) (UL & FM Approved)
 Edrwads (UL & FM Approved)

D. Generic System Capabilities

i. Analogue addressable microprocessor-based fire alarm system with initiating devices, notification
appliances, monitoring and control devices as indicated on the drawings and as specified herein.
ii. The system shall be capable of on-site programming to accommodate system expansion and facilitate
changes in operation.
iii. All software operations shall be stored in a non-volatile programmable memory within the fire alarm
control unit. Loss of primary and secondary power shall not erase the instructions stored in memory.
iv. Panels shall be capable of full system operation during new site specific configuration download.
v. Remote panel site-specific software and executive firmware downloads shall be capable of being
performed over proprietary fire alarm network communications and via TCP/IP Ethernet network
communications. Ethernet access to any fire alarm panel shall be capable of providing access only to
authenticated users through a cryptographically authenticated and secure SSL tunnel.
vi. Panels shall automatically store all program changes to the panel’s non-volatile memory each time a new
program is downloaded. Panels shall be capable of storing the active site-specific configuration program
and no less than 9 previous revisions in reserve. A compare utility program shall also be available to
authorized users to compare any two of the saved programs. The compare utility shall provide a deviation
report highlighting the changes between the two compared programs.
vii. Panels shall provide electronic file storage with a means to retrieve a record copy of the site-specific
software and up to 9 previous revisions. Sufficient file storage shall be provided for other related system

Page 21 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

documentation such as record drawings, record of completion, owner’s manuals, testing and maintenance
records, etc.
viii. The media used to store the record copy of site-specific software and other related system
documentation shall be electrically supervised. If the media is removed a trouble shall be reported on the
fire alarm control panel.
ix. The system shall provide a means to recall alarms and trouble conditions in chronological order for the
purpose of recreating an event history. A separate alarm and trouble log shall be provided.
E. Wiring & Signal Transmission

i. Transmission shall be hard-wired using separate individual circuits for each zone of alarm operation, as
required or addressable signal transmission, dedicated to fire alarm service only.
ii. System connections for initiating device circuits shall be Class A.
iii. Initiating device circuits/detection loop shall be wired with 2-core, Copper Conductor, 1.5 sqmm (16
AWG), twisted pair FRLS cable of approved makes.
iv. Notification Appliance Circuits shall wired with 2-core, Copper Conductor, 1.5 sqmm (16 AWG), twisted
pair FRLS cable of approved makes.
v. Circuit faults shall be indicated by a trouble signal at the FACP. The system shall provide a distinctive
indicating audible tone and alphanumeric annunciation.
vi. Addressable Short-Circuit Isolators shall be provided at an interval of every 20 devices on a detection
loop as a general thumb rule. However, it shall be ensured that a single short circuit or open-circuit
fault on an automatic fire detector circuit/detection loop shall neither disable protection within an area
of more than 2,000m², nor on more than one floor of the building plus a maximum of five devices
(automatic detection, manual call points, sounders or a combination of these) on the floor immediately
above and five devices on the floor immediately below that floor.
vii. Circuit faults shall be indicated by a trouble signal at the FACP. The system shall provide a distinctive
indicating audible tone and alphanumeric annunciation.
viii. When provided, audio notification appliance circuits shall be supervised during standby by monitoring
for DC continuity to end-of-line resistors.
F. Remote Access

Page 22 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

i. Fire Alarm Control Panel (FACP) shall have the capability to provide a remote service access feature using
Ethernet and TCP/IP communications protocol. The Remote Access feature shall provide automatic
notification of system faults and remote diagnostics of system status for responding technicians prior to
arrival on site.
ii. The internet remote access service function shall provide automated real time off-site reporting of
discrete system events to a remote service support center with details of internal FACP fault conditions
allowing a pre-site visit analysis of repair requirements.
iii. Existing FACP controls shall be capable of retrofitting the Remote Service module as a plug-in upgrade
feature.
iv. The remote service network shall work on the customers Ethernet infrastructure and be Fire-Wall friendly
for two-way communications for off-site reporting. The feature shall be compatible with existing proxy
servers and firewalls shall not require any special changes or modifications.
v. The remote service system shall be a non Windows based application to protect against conventional
virus attacks.
vi. The remote service system shall be compatible with virtual LANS (VLAN).
vii. The remote service system shall work on an outbound communication premise (panel calls home) in order
to eliminate the possibility of any inbound connection into the network (from trusted or non trusted
sites).
viii. The remote service system shall have capability to provide an audit trail of all events and service
connections.
ix. The FAS shall be compatible to Remote Service program that provides the following requirements if asked
for:
24/7 recording of FACP service activity
Off-site diagnostics by a technical specialist to provide repair and parts guidance to the service technician
prior to a site visit.

G. Network Communication

i. Network node communication shall be through a token ring, hub, or star topology configuration, or
combination thereof.
ii. A single open, ground or short on the network communication loop shall not degrade network
communications. Token shall be passed in opposite direction to maintain communications throughout all
network nodes. At the same time the status of the communication link shall be reported.
iii. If a group of nodes becomes isolated from the rest of the network due to multiple fault conditions, that
group shall automatically form a sub-network with all common interaction of monitoring and control
remaining intact. The network shall be notified with the exact details of the lost communications.
iv. Fiber optics communication shall be provided as an option via a fiber optics modem. Modem shall
multiplex audio signals and digital communication via full duplex transmission over a single fiber optic
cable, either single mode or multi mode.
v. The communication method shall be in accordance to NFPA 72 style 7.
vi. Network communication shall be “Peer-to-Peer” and the complete or filtered event indication shall be
possible in keeping with the system architecture and requirements of this document.
vii. Initiating device signals, voice signals and cause-n-effect logic shall travel in seamless and hassle-free
manner over the FDA network communication channel and even the worst condition load / full load shall
keep the response time within the limit specified by NFPA-72 / 2013 edition.
H. Required Functions

Page 23 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

i. Operator Console/HMI: The operator console/HMI shall offer the means to display, monitor and control
all the ALARM, TROUBLE and SUPERVISORY signals from the initiating devices connected to the FACP. The
operator console/HMI shall meet the specifications mentioned for it under “Product Specification” part of
this document.
ii. Annunciation: Operation of ALARM, TROUBLE and SUPERVISORY initiating devices shall be annunciated at
the FACP and the Remote Annunciator indicating the type of device, the operational state of the device
(Alarm, Trouble or Supervisory) and shall display the custom label associated with the device.
iii. Priority of Signals: Fire Alarm events shall have highest priority. Subsequent alarm events are queued in
the order received and do not affect existing alarm conditions. Priority Two, Supervisory and Trouble
events have second, third, and fourth-level priority, respectively. Signals of a higher-level priority take
precedence over signals of lower priority even though the lower-priority condition occurred first.
However, all the events shall be annunciated regardless of priority or order received.
iv. Non interfering signals: An event on one zone does not prevent the receipt of signals from any other zone.
All zones are manually resettable from the FACP after the initiating device or devices are restored to
normal. The activation of an addressable device does not prevent the receipt of signals from subsequent
addressable device activations.
v. Alarm: A system alarm shall include:
Indication of alarm condition at the FACP and at the annunciators.
Identification of the device / zone triggering alarm at the FACP and the annunciators.
Operation of audible and visible notification appliances until silenced at FACP.
Selectively closing doors normally held open by magnetic door holders on the fire floor, floor above and
floor below.
Unlocking designated doors.
Shutting down supply and return fans serving zone where alarm is initiated.
Closing smoke dampers on system serving zone where alarm is initiated.
Initiation of smoke control sequence as defined.
Transmission of signal to the supervising station.
vi. Alarm Silencing: If the "Alarm Silence" button is pressed, all audible signals shall cease operation. The
visible signals shall be off at Panel Reset.
vii. System Reset: System Reset shall do the following
The "System Reset" button shall be used to return the system to its normal state. Display messages shall
provide operator assurance of the sequential steps ("IN PROGRESS", "RESET COMPLETED") as they
occur. The system shall verify all circuits or devices are restored prior to resetting the system to avoid
the potential for re-alarming the system. The display message shall indicate "ALARM PRESENT,
SYSTEM RESET ABORTED."
Should an alarm condition continue, the system will remain in an alarmed state.
viii. Supervisory Operations: Upon activation of a supervisory device such as a fire pump power failure, low air
pressure switch, and tamper switch, the system shall operate as follows
Activate the system supervisory service audible signal and illuminate the LED at the control unit and the
remote annunciator.
Pressing the Supervisory Acknowledge Key will silence the supervisory audible signal while maintaining the
Supervisory LED "on" indicating off-normal condition.
Record the event in the FACP historical log.
Transmission of supervisory signal to the supervising station.
Restoring the condition shall cause the Supervisory LED to clear and restore the system to normal.

Page 24 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

ix. Evacuation (Drill) Switch: Evacuation / Drill Switch shall be provided to operate the notification appliances
without causing other control circuits to be activated.
x. Walk Test: The system shall have the capacity of 8 programmable pass-code protected one person testing
groups, such that only a portion of the system need be disabled during testing. The actuation of the
"enable one person test" program at the control unit shall activate the "One Person Testing" mode of the
system as follows:
The city circuit connection and any suppression release circuits shall be bypassed for the testing group.
Control relay functions associated with one of the 8 testing groups shall be bypassed.
The control unit shall indicate a trouble condition.
The alarm activation of any initiating device in the testing group shall cause the audible notification
appliances assigned only to that group to sound a code to identify the device or zone.
The unit shall automatically reset itself after signaling is complete.
Any opening of an initiating device or notification appliance circuit wiring shall cause the audible signals to
sound for 4 seconds indicating the trouble condition.
xi. Spoken Walk Test: In case the system is equipped with Integrated Voice Evacuation and Public Address
System, the Walk Test shall have an option to notify the findings of each device through voice notification.
xii. Install Mode: The system shall provide the capability to group all non-commissioned points and devices
into a single "Install Mode" trouble condition allowing an operator to clearly identify event activations
from commissioned points and devices in occupied areas.
It shall be possible to individually remove points from Install Mode as required for phased system
commissioning.
It shall be possible to retrieve an Install Mode report listing that includes a list of all points assigned to the
Install Mode. Panels not having an install mode shall be reprogrammed to remove any non-
commissioned points and devices.
xiii. Service Gateway: The system shall be compatible to a service gateway as described. If asked for a Service
Gateway software application shall be provided that allows an authorized service person to remotely
query panel status during testing, commissioning, and service without the need to return to the panel
using standard email / Instant Messaging Tools / Smart Phones / Tablets / I Pads etc.

Technical Specification

1. Fire Alarm Control Panel (FACP)


1.1. Microprocessor based Fire Alarm Control Panel (FACP) with 80 character displaying at least 600 or
more characters in multiple lines at a time and shall accommodate the no. of detection loops and
the quantity of field devices mentioned in the commercial BOQ. The HMI shall have at least 5 or
more customer programmable buttons with LED indication in order to freely configure its
programmed response as per project requirement.
1.2. Each Detection Loop of FACP shall accommodate, monitor and control a minimum of 250 intelligent
addressable devices in any combination. The exact combination of the field devices in a detection
loop shall be at the discretion of the design consultant based on the project requirement & System
Design. However the System Proposed by the Solution Provider / System Integrator shall
accommodate all the field devices / components and shall meet all the requirements mentioned in
the commercial BOQ.
1.3. FACP shall connect all the field devices (Detectors, MCPs, Control Modules, Monitor Modules,
Hooter cum Strobes etc.), shall fully monitor them and communicate to them for their status and
shall be able to take intelligent decision of ALARM, TROUBLE, SUPERVISORY based on the

Page 25 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

programmed cause-n-effect logic. It should have an interactive HMI (display cum operation
interface), with status monitoring LEDs for AC Power, Fire Alarm, System Trouble, System
Supervisory, Ground Fault and shall have at least 5 programmable switch with LED for seamless
operation & maintenance.
1.4. FACP shall be UL and ULC listed and FM approved.
1.5. FACP shall comply to UL-864 9th edition.
1.6. FACP shall have a dedicated mass storage memory to store project related critical back-up like Auto-
CAD as-built drawings, reports, logs, customer-text files etc in line with NFPA-72, 2013 requirements.
The memory shall be fully monitored by the FACP CPU and shall be password-protected.
1.7. FACP shall support multiple System Power Supplies and Expansion Power Supplies in cascade to
ensure the optimum power as required by the system load and system design.
1.8. Each power supply shall provide total of 9 Amp current out of which 2 Amp per NAC shall be
dedicated to the current requirement of Notification Appliance Circuit.
1.9. FACP shall house 2 nos. of 50 AH batteries in its own housing and shall have the proper, trouble-free
charging capacity for them. However the FACP shall be able to charge up to 110AH of batteries if
required by the system design and system load.
1.10. FACP shall have the networking capability with the other control panels of same family by adding a
network module.
1.11. FACP shall be compatible to Modbus over RS-232, Modbus over RS-485, Modbus over IP and Bacnet
over IP as different open protocol variants for 3rd party Integration. Exact variant and module shall
be considered as mentioned in commercial BOQ. The selection of exact protocol variant shall be at
sole discretion of the design consultant based on the project & system requirement. Any deviation in
this regard needs a prior formal approval of the design consultant.
1.12. FACP shall be compatible to seamless integration of aspiration system via application specific
interface module. The FACP shall be able to view, monitor and control the aspiration system from its
HMI.
1.13. FACP shall have peak value logging capability and shall be able to analyse the peak value of
individual sensors for individual sensitivity selection.
1.14. FACP shall provide min 5 or more RS-232 ports for printers and other serial port utilities.
1.15. FACP shall have IP communication capability.
1.16. FACP shall have battery brackets for seismic area protection.
1.17. FACP shall support the intelligent Cause-n-Effect programming based on the Boolean logic or
equivalent to ensure the achievement of complete system functionality as required by this
document.
1.18. FACP shall be capable of indicating different events of varying priority and shall be able to map those
events in intelligent cause-n-effect logic to achieve “Positive Alarm Sequence” and notification
activation & deactivation as required by “Cause-n-Effect” programming. The exact requirement of
cause-n-effect will depend at sole discretion of design consultant in line with the code requirement
and protected premise requirement.
1.19. FACP shall be capable of delivering all the functionalities mentioned under “Required Functions” of
this document in “General Specification” part.
1.20. FACP shall support Integrated Voice Evacuation cum Public Address System and Integrated Fire
Fighter Telephone system as an integral part of the FDA system. The Integrate Voice Evacuation
System and Integrated PA system shall be of same make as that for FDA system and shall be
configured with the same software tool that is used for the FDA (Fire Detection & Alarm) system
configuration to ensure seamless, effective and hassle-free “ALERT” & “EVACUATION”
announcement.
1.21. FACP shall support priority setting of various events.
1.22. FACP shall support the password protected authority level & assignment.
1.23. FACP shall have forward and backward compatibility with various generations of devices in its family
to protect client’s investment.
1.24. FACP shall support distributed architecture / arrangement for the components of the same control
panel / Network Node where it shall allow the mounting of various components like analogue
addressable detection loop interfaces, amplifiers, fire fighter telephones, power supplies and other
accessories in multiple remote enclosures at different locations away from the main FACP to
facilitate effective and efficient field wiring terminations, avoid unnecessary cable runs. However the
functionality of the FACP shall be intact. A single communication failure between FACP and remote

Page 26 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

enclosures shall not affect any system performance (but report the trouble condition at FACP) and
complete communication failure (by multiple discontinuities or short-circuits) of a remote enclosure
shall enable it to operate as a conventional system and report the complete status of the trouble at
the FACP.
1.25. FACP shall be UL & ULC listed and FM approved.

2. Multi Sensor Detector


2.1. The multi sensor detector shall be an intelligent digital photoelectric detector with a programmable
heat detector
2.2. Multi Sensor Detector shall offer multiple selectable sensitivity levels from 0.2% Obs/ft to 3.7%
Obs/ft in order to customize the sensitivity settings.
2.3. Heat Detection shall have two selectable rate of temperature rise thresholds of 8°C per minute &
11°C per minute (or close to this value not deviating by more than 1°C) selectable from the FACP.
2.4. Heat Detection shall have two fixed temperature alarm thresholds of 57°C and 68°C (or close to this
value not deviating by more than 1°C) configurable from the FACP.
2.5. Multi Sensor Detector shall have automatic drift compensation or environmental compensation
capability for different contamination level of different areas in order to counter nuisance alarm.
2.6. Multi Sensor detector shall have selectable bases with Response Indicator, Isolator, Sounder, Relay
and CO detection capability as an option so that the best fit solution is selected depending on the
requirement.
2.7. Multi Sensor detector shall have manual DIP switch addressing method that does not require any
special tool from manufacturer and commissioning activity for replacing the detector in case the
detector goes faulty.
2.8. Multi Sensor Detector shall have an operating temperature range of -9°C to 50°C and humidity range
up to 95% RH non-condensing.
2.9. Multi Sensor Detector shall be UL & ULC listed and FM approved.

3. Rate of Rise cum Fixed Temperature Heat Detector


3.1. Heat Detector shall have both Rate of Rise Temperature operation and Fixed Temperature operation
freely configurable as per requirement of site.
3.2. Heat Detector shall have two selectable rate of temperature rise thresholds of 8°C per minute &
11°C per minute (or close to this value not deviating by more than 1°C) selectable from the FACP.
3.3. Heat Detector shall have two fixed temperature alarm thresholds of 57°C and 68°C (or close to this
value not deviating by more than 1°C) configurable from the FACP.
3.4. Heat Detector shall have selectable bases with Response Indicator, Isolator, Sounder, Relay and CO
detection capability as an option so that the best fit solution is selected depending on the
requirement.
3.5. Heat Detector shall have manual DIP switch addressing method that does not require any special
tool from manufacturer and commissioning activity for replacing the detector in case the detector
goes faulty.
3.6. Heat Detector shall have an operating temperature range of 0°C to 50°C and humidity range up to
95% RH non-condensing.
3.7. Heat Detector shall be UL & ULC listed and FM approved.

4. Manual Pull Station


4.1. Manual Pull Station shall be addressable and shall sit on the detection loop of the FACP and shall
communicate to the FACP to report its status.
4.2. Manual Pull Station shall require dual action to generate a manual fire alarm.
4.3. Manual Pull Station shall have an operating temperature range of 0°C to 49°C and humidity range up
to 93% RH non-condensing.

Page 27 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

4.4. Manual Pull Station shall have manual DIP switch addressing method that does not require any
special tool from manufacturer and commissioning activity for replacing the Manual Pull Station in
case it goes faulty.
4.5. Manual Pull Station shall be UL and ULC listed and FM approved.

5. Addressable Hooter with Strobe

5.1. Hooter with strobe should be true addressable system.


5.2. Hooter with Strobe unit shall have both audible and visual output units housed within the same
device. The audible output shall be multi-tone horn output up to 98DB and strobe output shall have
selectable intensity of 15, 30, 75 and 110 candela.
5.3. Strobe unit shall have a flash rate of 1Hz synchronized throughout the Fire Alarm Network.
5.4. Hooter with Strobe unit shall be connected to the NAC of FACP and it shall be fully monitored by
FACP.
5.5. Hooter with Strobe unit shall report its status with configured parameters of each unit (hooter and
strobe) to FACP.
5.6. Hooter with Strobe unit shall support individual field testing in “Silent Mode” and “Non-Silent
Mode” (full operational mode).
5.7. If asked for, it shall be possible for FDA system to generate, print and e-mail the diagnostic report of
notification devices with tested and verified parameters.
5.7. Hooter with Strobe unit shall be controlled independently on the same 2-Core NAC as per
programmed activation and deactivation criteria or from the FACP. Audible (hooter) and Visible
(strobe) outputs shall be independently configurable from FACP for its activation and deactivation
criteria as required.
5.8. In absence of any specific mention of activation and deactivation criteria, the hooter shall stop at
“Alarm Acknowledge” or “Alarm Silence” and the strobe shall stop at “System Reset” or “Panel
Reset”. This requirement shall not be deviated from unless otherwise stated cause-n-effect
configuration or unless a formal written approval is taken from the design consultant.
5.9. It shall be possible to poll each and every hooter with strobe unit from the HMI / Display / Operator
Console at FACP, isolate and include in the circuit (NAC), activate and deactivate, view the voltage
received by it from the HMI / Display / Operator Console at the FACP & Network Repeater.
5.8. It shall be ensured that the last notification device at respective NAC receives at least 20Vdc (or 3 V
above the min operating voltage) to ensure the desired performance. There shall be a provision to
verify the same either from FACP or a hand-held testing device.
5.9. Hooter with Strobe unit shall support individual performance check by a hand-held testing tool
during in “Silent-Mode” or “Sound-Mode” to facilitate performance check during normal working
hour.
5.10. Hooter cum Strobe shall have an operating temperature range of 0°C to 50°C and humidity range up
to 93% RH non-condensing.
5.11. Hooter with Strobe unit shall be UL and ULC listed and FM approved.

6. Programmable Control Module


8.1. Control Module shall be addressable and shall sit on the detection loop of the FACP and shall
communicate to the FACP to report its status.
8.2. Control Module shall provide programmable, power limited, potential-free, Form-C, SPDT Relay to
control external 3rd party utilities in case of fire alarm.
8.3. Control Module shall have the contact rating of 2A@24Vdc (resistive) and 1A@24Vdc (inductive).
8.4. Control Module shall have an operating temperature range of 0°C to 49°C and humidity range up to
93% RH non-condensing.
8.5. Control Module shall have manual DIP switch addressing method that does not require any special
tool from manufacturer and commissioning activity for replacing the control module in case it goes
faulty.
8.6. Control Module shall be UL and ULC listed and FM approved.

Page 28 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

7. Programmable Monitor Module


9.1. Monitor Module shall be addressable and shall sit on the detection loop of the FACP and shall
communicate to the FACP to report its status.
9.2. Monitor Module shall supervise potential-free, NO (Normally Open) dry contacts in order to monitor
rd
the status of an external 3 party device.
9.3. Monitor Module shall be configurable to report supervisory signal and alarm signal.
9.4. Monitor Module shall have an operating temperature range of 0°C to 70°C and humidity range up to
93% RH non-condensing.
9.5. Monitor Module shall have manual DIP switch addressing method that does not require any special
tool from manufacturer and commissioning activity for replacing the monitor module in case it goes
faulty.
9.6. Monitor Module shall be UL and ULC listed and FM approved.

8. Addressable Fault Isolator Module


10.1. Fault Isolators shall be addressable and shall sit on the detection loop of the FACP and shall
communicate to the FACP to report its status.
10.2. Fault Isolators shall be dual port, bidirectional communication isolator so that it isolates the short-
circuited wire of any side (left side or right side).
10.3. Fault Isolators shall be compatible to isolation from the FACP for the field diagnostic purposes.
10.4. Fault Isolator shall power up in isolated mode and shall be directed by FACP to connect the
detection loop segment. It shall connect the detection loop segment only if the segment is short-
circuit free and acceptable else shall remain in isolated mode to impart short-circuit survivability and
tolerance to the remaining detection loop.
10.5. Fault Isolator shall be fully monitored and addressable by FACP. It shall report its status to the FACP
and shall be controlled from FACP.
10.6. Fault Isolator shall have an operating temperature range of 0°C to 49°C and humidity range up to
90% RH non-condensing.
10.7. Fault Isolator shall have manual DIP switch addressing method that does not require any special tool
from manufacturer and commissioning activity for replacing the fault isolator in case it goes faulty.
10.8. Fault Isolator shall be UL and ULC listed and FM approved.

9. Active Repeater Panel


9.1. Repeater panel should be active type where control switches should be available for system
acknowledge, Alarm silence & system reset.
9.2. Lamp/LCD test should be possible.
9.3. Active Repeater panel should be UL and ULC listed and FM approved.

10. Graphic Monitoring Software


10.1. The proposed software should be from the same manufacture of fire alarm system & should be UL & FM
approved.
10.2. To provide Annunciation, Status display, Monitoring & Control of each and every element connected to
Fire Alarm System and Networks.
10.3. The software should have a capacity of 62,500 points or point lists.
10.4. Should be able to store 5,00,000 event logs.
10.5. Quad Monitor supports. Should support multiple active windows such as putting alarm list window in
one monitor and the graphic window in another monitor.
10.6. Should be able to customize alarm & messages.
10.7. Pan & Zoom features within a graphic screen for rapid & convenient selection.
10.8. Multiple password option should be available in the software.
10.9. Should operate on Windows 7 32 bit Operating system.

11. Linear heat Sensing Cable


11.1. The Digital Linear Heat Detection Cable (LHDC) is to be designed to provide an early detection of fire
conditions and overheating in circumstances where other forms of detection would not be viable.

Page 29 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

11.2. Extensive single zone lengths up to 2000m of the LHDC should be installed with the ability of
triggering alarms for HOTSPOTS and fire conditions on very small sections of the overall zone length.
11.3. The Digital LHDC construction should be suitable for use in a harsh environment.
11.4. The Digital LHDC installation should be easy with a range of available fixings.
11.5. The Digital LHDC shall comprise of a twin core cable twisted under tension. Each core must be of
passivated steel and have a special heat reactive polymer insulation.
11.6. The Digital LHDC shall have an overall protective sheath which is resistant to Hydrocarbons,
Chemicals, and be UV resistant.
11.7. The Digital LHDC shall have a maximum conductor resistance of 100Ω/km (at 20°C).
11.8. A stainless steel outer braid armour shall be used where the possibility of mechanical damage may
occur.
11.9. Final installation shall ensure that the Digital LHDC is not in contact with any heat sink material
which may delay the sensing process.
11.10. The Digital LHDC shall be terminated / joined with manufacturers’ recommended junction /
termination boxes.
11.11. Cable ties should not be used directly on the cables. A neoprene or PTFE sleeve must be employed
to prevent mechanical deformation of the Digital LHDC cable from over tight fixings.
11.12. The Digital LHDC shall have a fixed alarm temperature and be capable of installation where
intrinsically safe configurations in hazardous areas are required.
11.13. Reference should be made to Digital LHDC Data Sheet document for determination of temperature
operation and ambient cable selection (web search this document).
11.14. The Digital LHDC monitoring unit must be designed to monitor a zonal length of the cable for both
an elevated temperature (Fire) condition, and Fault Status (Open Circuit). A test facility shall be
provided for Fire and Fault conditions.
11.15. The Digital LHDC monitoring unit must have an option to locate the fire or heat location point (alarm
condition) and display this on the unit as well as a 4-20mA output.
11.16. The Digital LHDC monitoring unit must be able to trigger a Fault signal if the LHDC has an Open or
Short circuit condition.
11.17. The Digital LHDC must have UL approval
11.18. The Digital LHDC shall be able to be installed in very close proximity to monitored hazards.

12. Ember Detector

12.1. Will detect 100 sq. cm. glowing ember at a distance of 1 to 3 metre in 90° cone angle and straight
line at normal sensitivity. The sensitivity is also adjustable as per requirements
12.2. Quiescent current: < 40ma
12.3. Alarm current: < 120ma
12.4. Relay contact rating: 5a at 30vdc, 1a at 250vac
12.5. Cable entry 3/4" ET/M20 x 1.5 – 3 Nos.
12.6. Protection class: IP67
12.7. Sensing element: infra red
12.8. Operating temperature: -20deg.c to +60deg,c
12.9. Supply: 24vdc±20%
12.10. Output
12.10.1. One set of 'NO-COM-NC' contact for fire + one set of duplicate ' NO-COM-NC ' contact.
12.10.2. One set of ' NO-COM-NC’ contact for fault+ one set of duplicate ' NO-COM-NC ' contact.
12.10.3. Zone detector line to connect directly standard conventional fire alarm panel
12.11. Material: cast aluminium lM6
12.12. Air purging: 1-2 bar coal/ wood material conveyor & areas where smouldering fire is possible

Page 30 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

12.13. Sensitivity selection


12.13.1. Very high sensitivity
12.13.2. High sensitivity
12.13.3. Normal sensitivity(default setting)
12.13.4. Low sensitivity
12.14. EMC protection: Immune to EMC/EMI interference.

Scope of work – Bidder

The scope of work includes Supply, Installation, Testing and Commissioning of fire detection system for the
following locations:
3
 Main Cable Gallery of ‘A’TPS at -3m elevation and 6m elevation having dimension 255x06x3m & 255x10x5.5
3
m
 Control Rooms (03 Nos) of ‘A’TPS
 Switchgear Room (03 Nos)
 Coal Conveyor (08 nos)
3 3 3
 MCB Cable Gallery of dimension 16x40x5.5 m and 8x12x5.5 m and MCB control roomof 16x40x5.5 m at a
distance of 800m from control room of ‘A’TPS is a mimic/Repeater Panel.
 Detectors of MCB cable galleries and control room should be connected to and centralised at Control panel of
UCB of ‘A’TPS.
 Main Fire Control Room (FDAS Monitoring on Graphic Monitoring System)

Whole system will be required to be installed and commissioned as per latest NFPA guidelines for power plants.

The following activities are to be carried out by the vendor:

 All safety norms including PPE shall be adhered to by the bidder.

 Laying of Digital Linear Heat Sensing Cable in the gallery by use of appropriate standard accessories and tools.

 Materials as such and not limited to LHS cables and detectors connecting cables, if found healthy can be used
and accordingly quantity of material shall be reduced.

 Installation of weatherproof junction boxes and required FACP modules in the gallery using latest state of the
art material housing and cabling accessories like glands/cable terminations.

 Modules terminations with LHS cable and FACP loop.

 Installation, Programming and Commissioning of MCPs and Hooters in the gallery, control room and service
building.

 Laying of FACP loop cable with all required accessories like but not limited to saddles/glands etc. UPRVUNL will
not provide any accessory required to complete the job in line with latest NFPA standards.

 Installation, Addressing, Programming of detectors and modules with all accessories required like MS gang
boxes, Single Compression Nickel Brass Glands required to finish the work as per latest NFPA guidelines.

 Removal / Dismantling of existing detectors/modules/cable from the existing fire detection system in running
power generating unit.

 Installation, Programming and Commissioning of Main Fire Alarm Control Panel in the control room including
all required accessories like but not limited to Ferrite Beads, Glands, Conduit, FACP Battery Backup to
complete the job as per latest NFPA guidelines.

Page 31 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

 Graphic monitoring system installation and commissioning at the main fire control room. All accessories
required to complete the job including cable/glands/Gang Boxes/JB are in scope of bidder.

 Interfacing of the Fire Detection System with Fire Suppression water sprinkler system and Gas Suppression
system. All necessary hardware and accessories required to complete the job will be in bidder scope. The
interfacing logic shall conform to latest NFPA guidelines for power plants.

 Local 24VDC power shall be arranged by the bidder if required.

 Installation and live testing of ember detection on the conveyor belt.

 Manual call point should be installed at existing locations.

 System healthy, functioning and normal operation by simulating fire conditions in all or random areas as per
Engineer in Charge instructions.

 Submission of As Built drawings after the system handover.

 Ladders /scaffoldings and other tools and tackles required for the work shall be in the bidder’s scope.

Scope of work – UPRVUNL

 UPRVUNL shall provide 220VDC at FACP location. All power arrangements shall be in bidder scope.
 All necessary approvals shall be provided and arranged by UPRVUNL.
 Local civil infrastructure support like lifts/ladders/scaffolding shall be provided by UPRVUNL wherever
required.

SCOPE OF WORK for CCTV

 INSTALLATION OF ALL CAMERAS AT DESIRED LOCATIONS.

 CENTRALIZE VIEW OF ALL CAMERAS IN RESPECTIVE CONTROL ROOMS.

 ALL CABLINGS AS PER REQUIREMENT AND CONSIDERATION OF UPRVUNL.

 TRAINING MANUAL IN HARDCOPY TO BE PROVIDED WITH HARDCOPY OF CABLE LAYOUT DIAGRAM SITE.

 ONCE THE SUPPLY ORDER IS PLACED, IT WILL BE THE BIDDER’S RESPONSIBILITY TO MAKE THE PROJECT
FUNCTIONAL.

 ANY ADDITIONAL COST INCURRED FOR COMPLETING THE INTEGRATED PROJECT AND FOR WHICH THE BIDDER
HAS NOT BID AT THE TIME OF SUBMISSION OF THE FINAL OFFER WILL BE BORNE BY THE BIDDER.

 THE CCTVS SURVEILLANCE SYSTEM NEED TO BE FUNCTIONAL ON 24X7 BASIC I.E. 24 HOURS ALL THE DAYS
AND NEED TO HAVE AT LEAST 30 DAYS DATA STORAGE CAPACITY FOR ALL CCTVS.

 THE BIDDER WILL LIAISON ON BEHALF OF UPRVUNL, WITH OTHER DIFFERENT OEMS FOR REPAIRING OF
EQUIPMENT(S) AND ALL OTHER ACCESSORIES DURING WARRANTY PERIOD.

 AT UPRVUNL FAULT CLEARING SHOULD HAPPEN WITH 2 DAYS OF REGISTRATION IN ALL CASES.

 REPAIR STATUS WILL BE CLEAR AFTER USER IS SATISFIED WITH THE REPAIR.

Page 32 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

 THE BIDDER HAS TO PROVIDE A STANDBY HARDWARE IN CASE OF BREAKDOWN MAINTENANCE TAKES MORE
THAN TWO WORKING DAYS FOR ON-SITE REPAIR.

 FOR ANY REPAIR NOT CARRIED OUT WITHIN TWO DAYS OR A STANDBY PROVISION PERIOD NOT EXCEEDING 7
DAYS, COMPETENT AUTHORITY, UPRVUNL MAY IMPOSE A PENALTY OF RS.100/- PER ITEM PER DAY TILL THE
DATE THE ITEM / EQUIPMENT IS MADE FUNCTIONAL SUBJECT TO MAXIMUM AMOUNT AS EQUIVALENT TO
THE COST OF THE ITEM/ EQUIPMENT.

 ALL EQUIPMENT’S/ITEMS/COMPONENTS AND ASSOCIATED ACCESSORIES UNDER THE CONTRACT WILL HAVE
PREVENTIVE MAINTENANCE ONCE IN EVERY THREE MONTHS. THE REQUIRED TOOLS AND SOFTWARE FOR
THIS PURPOSE WILL BE PROVIDED BY THE BIDDER.

 THE BIDDER WILL SEND A PART TIME SUPERVISOR AT LEAST ONCE IN EVERY THREE MONTHS TO INSPECT THE
SYSTEM.

 THE BIDDER WILL MAINTAIN “HISTORY CARD” AND DOCUMENTATION FOR EACH EQUIPMENT UNDER
CONTRACT.

 BIDDER WILL DISTINCTIVELY DO THE MARKING ON EACH & EVERY ITEM UNDER THIS CONTRACT. THE BIDDER
WILL BE REQUIRED TO SUBMIT SUMMARY OF MONTHLY CALL REPORTS TO NCAOR.

 BIDDER IS LIABLE TO HAND-OVER THE ENTIRE SYSTEM UNDER ITS WARRANTY TO UPRVUNL IN WORKING
CONDITION, FAILURE OF WHICH SHALL LEADS TO FORFEITURE OF SECURITY DEPOSIT BY UPRVUNL.

TECHNICAL SPECIFICATIONS: CAMERA;

 TYPE: NETWORK BULLET,


 POWER SUPPLY: POE,
 MEGA PIXEL: 4MP,
 RESOLUTION: 2560X1440P,
 TYPE: VANDAL PROOF,
 VIDEO COMPRESSION: H.265 WITH TRIPLE STREAMING,
 SENSOR: 1/2.8IN SONY EXMOR CMOS,
 RESOLUTION: 2560X1440 PIXEL AT 25 FPS,
 IR MEASURING DISTANCE: 50 M,
 MAXIMUM TEMPERATURE: 70 C,
 PROTECTION CLASS: IP66,
 LENS: 2.8 - 12 MM VARI-FOCAL LENS
 SUPPORT: NIR, WDR, 3D DNR, HLC, DUAL-ICR, EIS, ROI, SMART IR, SMART DEFOG, CORRIDOR MODE, PRIVACY
MASKING SUPPORT, TVS 6000 V,
 LIGHTNING/SURGE PROTECTION: 1000 V
 AUDIO I/O, SD CARD, ALARM INPUT; USB,
 ALARM TRIGGER: [MOTION DETECTION / IP CONFLICT / MAC CONFLICT / PORT ALARM],
 ONVIF PROFILE
 INTELLIGENT VIDEO ANALYSIS SUPPORT

TECHNICAL SPECIFICATIONS: NETWORK VIDEO RECORDER

 IP VIDEO INPUT: 64-CH


 TWO-WAY AUDIO: 1-CH, RCA (2.0 VP-P, 1 K Ω)
 INCOMING BANDWIDTH: 320 MBPS
 OUTGOING BANDWIDTH: 256 MBPS, OR 200 MBPS (WHEN RAID IS ENABLED)

Page 33 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

 REMOTE CONNECTION: 128


 RECORDING RESOLUTION: 12 MP/8 MP/6 MP/5 MP/4 MP/3 MP/1080P/UXGA/720P/VGA/4CIF/DCIF
/2CIF/CIF/QCIF
 VGA1 /HDMI1 OUTPUT RESOLUTION: HDMI1: 4K (3840 × 2160)/60HZ, 4K (3840 × 2160)/30HZ, 2K (2560 ×
1440)/60HZ, 1920 × 1080P/60HZ, 1600 × 1200/60HZ, 1280 × 1024/60HZ, 1280 × 720/60HZ, 1024 × 768/60HZ
 VGA2 /HDMI2 OUTPUT RESOLUTION: 1920 × 1080P/60HZ, 1280 × 1024/60HZ, 1280 × 720/60HZ, 1024 ×
768/60HZ
 AUDIO OUTPUT: 2-CH, RCA (2.0VP-P, 1 KΩ)
 DECODING FORMAT: H.265/H.265+/H.264/H.264+/MPEG4
 LIVE VIEW/PLAYBACK RESOLUTION: 12 MP/8 MP/6 MP/5 MP/4 MP/3MP/1080P/UXGA/720P/VGA/ 4CIF/ DCIF
/2CIF/CIF/QCIF
 SYNCHRONOUS PLAYBACK: 16-CH
 NETWORK PROTOCOLS: TCP/IP, DHCP, HIK-CONNECT, DNS, DDNS, NTP, SADP, SMTP, NFS, ISCSI, UPNP™,
HTTPS
 SATA STORAGE: 8 SATA INTERFACES
 STORAGE CAPACITY: UP TO 10TB CAPACITY FOR EACH HDD
 DISK ARRAY: RAID0, RAID1, RAID5, RAID6, RAID10
 NETWORK INTERFACE: 2, RJ-45 10/100/1000 MBPS SELF-ADAPTIVE ETHERNET INTERFACE
 SERIAL INTERFACE: RS-232; RS-485; KEYBOARD
 USB INTERFACE: 3
 ALARM IN: 16
 ALARM OUT: 4
 POWER SUPPLY: 220VAC
 WORKING TEMPERATURE: -10 TO +55º C (+14 TO +131º F)
 WORKING HUMIDITY: 10 TO 90 %
 CHASSIS: 19-INCH RACK-MOUNTED 2U CHASSIS
TECHNICAL SPECIFICATIONS: NETWORK SWITCH

 INTERFACES: 24 X10/100/1000 MBPS PORTS, 2 X SFP PORTS


 PORT STANDARDS: IEEE 802.3 10BASE-T ETHERNET (TWISTED-PAIR COPPER), IEEE 802.3U 100BASE-TX FAST
ETHERNET (TWISTED-PAIR COPPER), IEEE 802.3AB 1000BASE-T GIGABIT ETHERNET (TWISTED-PAIR
COPPER),IEEE 802.3AZCOMPLIANCE, AUTO-NEGOTIATION, IEEE 802.3 X FLOW CONTROL
 NETWORK CABLES: UTP CAT.5, CAT.5E, CAT6 (100 M MAX.)
 DUPLEX MODE: FULL/HALF-DUPLEX FOR 10/100 MBPS, FULL-DUPLEX FOR 1000 MBPS
 MEDIA INTERFACE EXCHANGE: AUTO MDI/MDIX ADJUSTMENT FOR ALL TWISTED-PAIR PORTS
 SWITCHING CAPACITY: 20GBPS
 TRANSMISSION METHOD: STORE-AND-FORWARD
 MAC ADDRESS TABLE: 16,000 ENTRIES PER DEVICE
 FLASH MEMORY: 16MB
 AC INPUT: 100 TO 240 VAC 50/60 HZ INTERNAL UNIVERSAL POWER SUPPLY
 OPERATING TEMPERATURE: -5 TO 50°C (23 TO 122°F)
 OPERATING HUMIDITY: 0% TO 95% NON-CONDENSING

Page 34 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

ANNEXURE – B

Commercial Terms & Conditions


PRICE BASIS:
a. The bidder shall offer the prices FIRM & FOR Destination Basis in Indian rupees per unit.
b. However, in case the prices are not given FOR destination, following must be invariably mentioned.
i. PRICES: FIRM & FOR …………………………………………………………
ii. PACKING & FORWARDING: extra @ ……………… & ……………
iii. FREIGHT CHARGES: extra @ …………………… to be first paid by the firm and which shall be
reimbursed to the firm against submission of documentary evidences.
Note: In case rates are FOR Works but firm has not submitted the information at b. (i) or (ii), their rates shall
be evaluated for comparison after standard loading as decided by the purchaser, however these shall
not be payable in any eventual purchase order.
2. INSURANCE: To be arranged for and paid by the firm at their own cost / extra …………... against documentary
evidences.
3. TAXES & DUTIES:
a. GST: Extra @ ……………………’ for supply.
b. GST extra @..................for erection and commissioning work.
c. Any other Govt. Taxes: Extra@ ………………………………...……………………………...
4. INSPECTION: Inspection of materials shall be carried out, as per present tender specification, Central Store
ATP, Anpara/ Firm’s Works by the representatives of Nigam And CISF, for which the supplier shall well in
advance notice to the user division with a copy to the consignee. All relevant arrangement for inspection shall
be made by the supplier at their own cost. UPRVUNL reserves the right to get the material tested at any
approved testing laboratory at own cost. The results indicated in this report shall be final and binding on the
supplier.
5. In case of material not being ready for inspection at the time of inspection and / or the material being
rejected on inspection, the complete cost of such inspection, including T. A. & D. A. charges of UPRVUNL
representative and / or ‘‘Third Party’’ inspection shall be borne by the supplier, and is liable to be deducted
from their bills.

6. The bidders shall confirm submission of drawings of the tendered items and that such drawings would be got
approved by the user division i.e. BMD-I, ATPS Anpara, prior to taking up bulk manufacturing in event of
placement of purchase order.

7. DELIVERY:Delivery should within ………………… days and in …………….lots.


8. DESPATCHES: The Material shall be dispatched by Rail / Road / Air / Sea.
a. In case, material is dispatched by courier, the courier should have its office at Anpara.
b. In case dispatches being affected by Road, the material shall be dispatched from any recognized
transporter having its branch office at Anpara.
9. TERMS OF PAYMENT: Any of the following terms of payment are to be quoted:
a. 60% payment along with taxes & other charges through RTG/NEFT against preform invoice after
receipt and check of material at O&M central store ATP, Anpara and balance 40% payment shall be
handed over after successful completion of erection and commissioning work and successful trial of
fire protection system.
Note:1.Proforma Invoice shall be considered valid after submission of Security Deposit and Inspection
Call/Readiness of material.
2. The bidder will upload details of bank account e.g. cancelled cheque etc.

Page 35 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

10. DISCOUNT: Any discount offered should be unconditional and mentioned in Part-I of the tender itself. Any
conditional discount and / or that offered in BID Part-II of the tender shall not be considered for evaluation of
tender but would be deducted in any eventual purchase order.
11. GUARANTEE/WARRANTEE: Firm shall submit Guarantee/Warrantee Certificate against any manufacturing
defect on their letter head, for 18 months from the date of dispatch /12 months from the date of
commissioning whichever is earlier.

12. SECURITY DEPOSIT: Successful bidder shall have to deposit security @ 2 % of order value in shape of DD / DAC
/ CDR / FDR, issued by scheduled bank, payable at Anpara issued in favour of Dy. Chief Accounts Officer, CFA
& BO, 3X210MW ‘A’TPS Anpara, Sonebhadra, within one month from the date of issue of purchase order. In
case Security Deposit is more than Rs 5000.00, it can be deposited in form of BG of scheduled bank also,
which should be valid for 12 months with claim period six months from the date of supply, as per format given
in tender specification.
13. PERFORMANCE BANK GUARANTEE: Performance Bank Guarantee for 10 % of purchase order value shall be
submitted before dispatch of the first lot of material, issued by scheduled bank, pledged in favour of Dy. Chief
Accounts Officer, CFA & BO, 3X210MW ‘A’TPS, Anpara, Sonebhadra, valid for 18/12 months from the date of
dispatch / commissioning, whichever is earlier.

14. L. D. PENALTY: L. D. Penalty shall be charged @ ½ % per week subject to a maximum of 10 % of undelivered
portion of the material.
15. INTERCHANGEABILITY: The supplier shall certify that the material supplied shall be interchangeable with the
existing ones.
16. Firm will submit the certificate that they have provide three set of maintenance manual with all the drawing.
17. COURT OF JURISDICTION: Any dispute arising against this tender / order there-of shall be subject to the
jurisdiction of competent court of Sonebhadra / Hon’ble High Court of Judicature at Allahabad.
18. If, at any stage during finalization of tender / execution of purchase order, any document, submitted by a
bidder in his bid in support of Pre-Qualifying Conditions, is found to be forged / false, his bid is liable to be
rejected , purchase order cancelled, EMD / Security deposit forfeited and any other departmental action as
deemed fit be initiated. For this purpose the contractor shall have to produce original documents, if required,
before opening of bid Part-II or after-ward.
19. We hereby give our consent to accept all the terms and conditions mentioned in the tender specification as
well as of Form ‘B’ of UPRVUNL.

Signature of Bidder : …………………….…


Date :………………………….
Rubber Seal :………………………….

Page 36 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

On Rs 20.00 Non Judicial Stamp Paper alongwithRs1.00 Revenue


Stamp
Tender No. - 230/EPD-III/ATPS/2018-19
Agreement
Tender invited by: Executive Engineer,
Electricity Procurement Division - III
3X210 MW, ATPS,
Anpara, Sonebhadra.
Tender for: Advanced Addressable Fire Detection, Alarm & Protection System including
erection and commissioning for 3x210M.W. Anpara Thermal Power Plant,
Anpara
For 1. Main Cable Gallery, 2. Control Room (for Unit #1, 2 & 3) , 3. Switch
Gear Room (for Unit #1, 2, & 3). 4. Coal handling conveyor ( 08 Nos.)5. MCB
Cable Gallery. 5. Main Fire Control Room (FDAS Monitoring on Graphic
Monitoring System)& Installation of CCTV Camera in Cable Gallery of ATPS &
BTPS, MCB & other sensitive area of Power House with complete system.

Tender Notice No.& due date: 230/ EPD-III/ATPS/2018-19


Due on
Part-I: 29.01.2018

Name of Tenderer: …………………………………………………….


…………………………………………………….
…………………………………………………….

On consideration of the Uttar Pradesh RajyaVidyutUtpadan Nigam Limited having treated


the bidder to be eligible person whose tender may be considered, the bidder hereby agree to the
conditions, it shall not be withdrawn within four months from the actual date of opening of the Part – II
of tender, also to the condition that if thereafter the bidder does withdraw his proposal within the said
period, the Earnest money deposited by him may be forfeited to the Uttar Pradesh RajyaVidyutUtpadan
Nigam Ltd. on the discretion of the latter.

Signed this ………………………..day of ……………., 2018

Witness:

1. …………………………………………… Signature of Tenderer

2.…………………………………………… Seal of Firm

Page 37 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

Hkkx ,d ds lkFktekfd;ktkuklqfuf'prdjasA
QeZdkuke% -----------------------------------------------------------------------------------------------------------------

Ekfyd ,oaHkkxhnkjksa ds uke ¼firk ds uke lfgr½

dzekad uke firkdkuke irk nwjHkk’k la[;k


1.    

2.    

3.    

4.    

1. LFkkbZ irk%
 edku la[;k----------------------------------------------------------------------------------------
 xzke @ eksgYyk--------------------------------------------------------------------------------
 Mkd?kj ------------------------------------------------------------------------------------------------
 Fkkuk --------------------------------------------------------------------------------------------------
 ftyk ----------------------------------------------------------------------------------------------------
 fiudksM ---------------------------------------------------------------------------------------------------
 nwjHkk’k la[;k -----------------------------------------------------------------------------------------
2. i=kpkjgsrq irk%
 edku la[;k----------------------------------------------------------------------------------------
 xzke @ eksgYyk--------------------------------------------------------------------------------
 Mkd?kj ------------------------------------------------------------------------------------------------
 Fkkuk --------------------------------------------------------------------------------------------------
 ftyk ----------------------------------------------------------------------------------------------------
 fiudksM ---------------------------------------------------------------------------------------------------
 nwjHkk’k la[;k -----------------------------------------------------------------------------------------

gLrk{kj
vf/kd`rizfrfuf/k
dEiuh@QeZ dh fLFkfresaizksijkbVjhizek.ki=@ikVZujf”kiMhM@dEiuhgksusdkizek.ki=
dEiuh ,sDV ds vuqlkjrFkkmijksDrirsdkizek.knsukvko”;d gksxkA

Page 38 of 39
Tender No. -230 /EPD-III/ATPS/2018-19

ANNEXURE C
(A.1 of Instructions to Bidders)
Form of Bank Guarantee (For Earnest money)
(For depositing earnest money in case the amount for deposit exceeds than Rs. 5000/- Bank guarantee should be
on a non judicial stamp paper of Rs. 20.00 as per present Act and should be checked by the bidder at the time of
issuing the Bank guarantee for any charge in the stamp value)
U.P. RAJYA VIDYUT UTPADAN NIGAM LIMITED
To,
Dy. CAO, CFA&BO, ATPS, Anpara, Sonebhadra
Sir,
Whereas, Messer ……………………………… a company incorporated under the Indian Companies Act its
registered office at ……………………………………………………………………………………………...………. / a firm registered under
the Indian partnership Act and having its business office at ……………………………………./ Sri
………………………………………………………….. … son of………………………………….…………………….. residence of
…………………………………………………….……. carrying on business under the firm's name and style of Messer
…………………..………………………… at ……………………………………………………………… Sri ………………………………………………… son
of …………………………………………………………………. resident of.………………………………………………..….. at ………..…………. Sri
………………………………………………………… son of ……………………………………………… resident of
……………………………………………..at ……………………..……………………………………………... Sri ……………………………………..…… son
of ……………………...…………………………………… resident of ………………………………. at
…………………….………………………………………………… partners carrying on business under the firm's name and style of
Messrs ……………...……………at ……………..……………………………………………which unregistered partnership (here in after
called "The bidder") has / have in response to your Tender Notice against specification number
………………………………… for ……………………………specification number ………………………………… for
…………………………………… offered to supply and or execute the works as contained in the Tenders letter no.
……………………………………….. AND WHEREAS the Bidder is required to furnish you a Bank guarantee for the sum of Rs
as earnest money against the bidders offer as aforesaid.
AND WHEREAS we ………………. (Name of the Bank) have at the request of the bidders agreed to give you
the guarantee as here in after contained.
NOW, THEREFORE, in consideration of promises, We the undersigned here by covenant that the aforesaid tender
of the bidders shall remain open for acceptance by you during the period of validity as mentioned in the tender or
any extension there of as you & the bidder may subsequently agree and if the bidder shall for any reason back out,
whether expressly or impliedly, from his said tender during the period of it's validity or any extension thereof as
aforesaid we hereby guarantee to you the payment of the sum of Rs. ………… ………….. on demand, notwithstanding
the existence of any dispute between the U. P. RajyaVidyutUtpadan Nigam Limited and the bidder in this regard
AND we here by further agree as follows :-
(a) That you may without affecting this guarantee grant time or other indulgence to or negotiate further with
the bidder in regard to be conditions contained in the said tender and thereby modify these conditions or
add there to any further conditions as may be mutually agreed upon between you and the bidder.
(b) That the guarantee herein before contained shall not be affected by any change in the constitution of our
bank or in the constitution of the bidder.
(c) That any account settled between you and the bidder shall be conclusive evidence against us of the amount
due hereunder and shall not be questioned by us.
(d) That this guarantee commences from the date hereof and shall remain in force till the bidder if his tender is
accepted by you, furnishes the security as required under the said specification and executes a formal
agreement as therein provided or till four months after the period of validity or the extended period of
validity as the case may be of the tender whichever is earlier.
(e) Not with standing anything contained above, the liability of the Guarantor hereunder is restricted to the said
some of Rs. ……………………………………… add this guarantee shall expire on the …………………… date of 20 .
Unless a claim under the guarantee is failed with the Guarantor within six months of such date all claims.
(f) Shall lapse and the Guarantor shall be discharged from the guarantee.
(g) That the expressions the bidder" and the Bank" the U. P. RajyaVidyutUtpadan Nigam Limited herein used
shall unless such interpretation is repugnant to the subject or context include their respective successors and
assigns.

Yours faithfully

Page 39 of 39

You might also like