Professional Documents
Culture Documents
Tendernotice - 1 - 2022-11-04T222538.326
Tendernotice - 1 - 2022-11-04T222538.326
Tendernotice - 1 - 2022-11-04T222538.326
Director, VECC, 1/AF Bidhan Nagar, Kolkata 700064 on behalf of the President of India invites online
item rate tender (in two part) from reputed, qualified, experienced, technically and financially sound
agencies for the following work :
Supply, Installation, Testing and Commissioning of fully intelligent addressable Fire Detection System at
VECC, Kolkata.
वनदेशक, िीईसीसी, 1/एएफ विधान नगर, कोलकाता 700064 भारत के राष्ट्रपवत की ओर से वनम्नवलवित काया के वलए
प्रवतवित, योग्य, अनुभिी, तकनीकी और वित्तीय रूप से मर्िूत एर्ेंवसयों से ऑनलाइन आइटम दर वनविदा (दो िोली में)
आमंवित करता है:
वीईसीसी, कोलकाता में पूरी तरह से बुद्धिमान एड्रेसेबल फायर द्धिटेक्शन द्धसस्टम की आपूर्ति, स्थापना, परीक्षण और
कमीशननिंग।
Note :
The tender documents are bilingual. Hindi version of the document can be viewed properly only if
Hindi fonts are installed properly in the computer. In case of difficulty in seeing the hindi fonts
properly, the bidders are advised to install the hindi language font in their computer.
वनविदा दस्तािेर् अंग्रेर्ी और हहंदी में हैं। दस्तािेज़ का हहंदी संस्करण ठीक से तभी देिा र्ा सकता है र्ि
कं प्यूटर में हहंदी फोंट सही ढंग से इं स्टॉल ककया गया है। हहंदी फोंट को ठीक से देिने में करठनाई होने पर,
िोलीदाताओं को सलाह दी र्ाती है कक िे अपने कं प्यूटर में हहंदी भाषा का फ्रंट इं स्टॉल करें ।
Note:
1. Department reserves the right to accept or reject the tender(s) in full or in part, without
assigning any reason thereof.
2. Tenders with any condition including conditional rebate shall be rejected forthwith.
3. Tenders in which any of the prescribed conditions are not fulfilled or incomplete in any respect
are liable to be rejected.
नोट:
1. विभाग के पास विना कोई कारण िताए वनविदा को पूणा या आंवशक रूप से स्िीकार या अस्िीकार
करने का अवधकार सुरवक्षत है।
2. सशता छू ट सवहत ककसी भी शता िाली वनविदाओं को तत्काल अस्िीकार कर कदया र्ाएगा।
3. वर्न वनविदाओं में वनधााररत शतों में से कोई भी पूरी नहीं होती है या ककसी भी तरह से अधूरी हैं,
उन्हें अस्िीकार कर कदया र्ाएगा|
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital
Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP
Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP
Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
1. REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL:https://eprocure.gov.in/eprocure/app ) by clicking on the link "Online bidder Enrollment" on
the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class
III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India
(e.g. Sify / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC's to others which may lead to misuse.
6) Bidder can logon in to the site through the secured log-in by entering their user ID / password and the
password of the DSC /e-Token.
3. PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting
their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the
bid documents have to be submitted, the number of documents - including the names and content of
each of the document that need to be submitted. Any deviations from these may lead to rejection of
the bid.
4. SUBMISSION OF BIDS
2) Bidder should log into the site well in advance for bid submission so that they can upload the bid in
time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues.
3) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
4) Bidder has to select the payment option as "offline" to pay the tender fee / EMD as applicable and
enter details of the instrument.
5) The EMD amount has been specified in “PART A: NIT DETAILS”. The bidder should submit the total
EMD amount in the form of Fixed Deposit Receipt / Demand Draft / Banker’s Cheque issued by a
Scheduled bank in favour of Pay & Accounts Officer, VECC, Payable at Kolkata.
Note:
The bidder should upload the scanned copy of the EMD document in the CPP portal while
submitting his bids. The original EMD should be sent well in advance to the concerned officials
mentioned in “PART A: Seek clarification start date & time” of NIT so as to reach them before
“Date & Time of online opening of technical bid” mentioned in PART-A of NIT, otherwise the
uploaded bid will be rejected.
The details of the DD / any other accepted instrument, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time. Otherwise, the
uploaded bid will be rejected.
EMD in the form of cheque will not be accepted
6) The bidder shall download the pre bid clarification if any for the work and upload the same (scanned
copy) duly signed and sealed. The revised documents (if any) shall be uploaded in e tender portal.
7) Bidders are requested to note that they should necessarily submit their financial bids in the format
provided and no other format is acceptable. If the price bid has been given as a standard BoQ format
with the tender document, then the same is to be downloaded and to be filled by all the bidders.
Bidders are required to download the BoQ file, open it and complete the SKY BLUE coloured
(unprotected) cells with their respective financial quotes and other details (such as name of the
bidder). No other cells should be changed. Once the details have been completed, the bidder should
save it and submit it online, without changing the filename. If the BoQ file is found to be modified by
the bidder, the bid will be rejected.
5. ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should
be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in
the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk.
िोलीदाताओं को िैध विवर्टल हस्ताक्षर प्रमाणपिों का उपयोग करते हुए, सीपीपी पोटाल पर इलेक्ट्रॉवनक रूप से अपनी िोवलयों की सॉफ्ट
कॉपी प्रस्तुत करनी होगी। नीचे कदए गए वनदेश िोलीदाताओं को सीपीपी पोटाल पर पंर्ीकरण करने में सहायता, आिश्यकताओं के अनुसार
अपनी िोवलयां तैयार करने और सीपीपी पोटाल पर अपनी िोवलयां ऑनलाइन प्रस्तुत करने के वलए हैं।
सीपीपी पोटाल पर ऑनलाइन िोवलयां प्रस्तुत करने के वलए उपयोगी अवधक र्ानकारी https://eprocure.gov.in/eprocure/app पर
प्राि की र्ा सकती है :
1. पंर्ीकरण :
1) िोलीदाताओं को सीपीपी पोटाल पर "Online bidder Enrollment" हलंक पर वक्लक करके कें द्रीय सािार्वनक िरीद पोटाल
(URL:https://eprocure.gov.in/eprocure/app ) के ई-प्रोक्योरमेंट मॉड्यूल, र्ो कक वनिःशुल्क है, पर नामांकन करना
आिश्यक है।
3. िोली की तैयारी:
1) िोलीदाता को अपनी िोली प्रस्तुत करने से पहले वनविदा दस्तािेर् हेतु प्रकावशत ककसी भी शुविपि को ध्यान में रिना चावहए।
2) िोली के भाग के रूप में प्रस्तुत ककए र्ाने िाले आिश्यक दस्तािेर्ों को समझने के वलए कृ पया वनविदा विज्ञापन और वनविदा
दस्तािेर् को ध्यान से देिें। कृ पया उन किरों की संख्या पर ध्यान दें वर्नमें िोली दस्तािेर् र्मा ककए र्ाने हैं, दस्तािेर्ों की
संख्या - वर्समें प्रस्तुत ककए र्ाने िाले प्रत्येक दस्तािेर् के नाम और सामग्री शावमल हैं। इनमें से ककसी में भी अंतर होने पर
िोली को अस्िीकार ककया र्ा सकता है।
3) िोलीदाता को वनविदा दस्तािेर्/अनुसूची के अनुसार प्रस्तुत ककए र्ाने िाले िोली दस्तािेर् को अवग्रम रूप से तैयार करने
चावहए और सामान्यतया, िे पीिीएफ/एक्सएलएस/आरएआर/िीिब्लल्यूएफ/र्ेपीर्ी प्रारूपों में हो सकते हैं। िोली दस्तािेर्ों को
100 िीपीआई के साि ब्ललैक एंि व्हाइट विकल्प के साि स्कै न ककया र्ा सकता है र्ो स्कै न ककए गए दस्तािेज़ के आकार को कम
करने में मदद करता है।
4) मानक दस्तािेर्ों, वर्न्हें प्रत्येक िोली के एक भाग के रूप में प्रस्तुत करने की आिश्यकता होती है , के उसी सेट को अपलोि करने
में आिश्यक समय और प्रयास से िचने के वलए, ऐसे मानक दस्तािेर्ों (र्ैसे पैन कािा की प्रवत, िार्षाक ररपोटा , लेिा परीक्षक का
प्रमाण पि आकद) को अपलोि करने का एक प्रािधान िोलीदाताओं को प्रदान ककया गया है। िोलीदाता ऐसे दस्तािेज़ अपलोि
करने के वलए उनके वलए उपलब्लध "माइस्पेस" या "अन्य महत्िपूणा दस्तािेज़" क्षेि का उपयोग कर सकते हैं। इन दस्तािेज़ों को
सीधे "माईस्पेस" एररया से िोली सिवमट करते समय सिवमट ककया र्ा सकता है, और उन्हें दोिारा अपलोि करने की
आिश्यकता नहीं है। इससे िोली प्रस्तुत करने की प्रकिया मे लगने िाले अपेवक्षत समय में कमी आएगी।
नोट: My Documents स्पेस के िल अपलोि करने की प्रकिया को आसान िनाने के वलए िोलीदाताओं को कदया गया एक ररपोवर्ट्री है। यकद िोलीदाता ने अपने दस्तािेज़ My
Documents िाले स्िान में अपलोि ककए हैं, तो यह स्िचावलत रूप से यह सुवनवित नहीं करता है कक ये दस्तािेज़ तकनीकी िोली का का एक भाग हैं।
4. िोली का प्रस्तुतीकरण:
2) िोलीदाता को िोली प्रस्तुत करने के वलए पहले ही साइट पर लॉग इन करना चावहए ताकक िे समय पर अिाात िोली प्रस्तुत
करने के समय पर या उससे पहले िोली अपलोि कर सकें । ककसी अन्य कारण से ककसी भी देरी के वलए िोलीदाता ही वर्म्मेिार
होगा।
5. िोलीदाताओं को सहायता
1) वनविदा दस्तािेर् और उसमें वनवहत वनयमों और शतों से संिंवधत ककसी भी प्रश्न को वनविदा के वलए वनविदा आमंिण
प्रावधकारी या वनविदा में इं वगत संिंवधत संपका व्यवि को संिोवधत ककया र्ाना चावहए।
2) ऑनलाइन िोली र्मा करने की प्रकिया से संिंवधत कोई भी प्रश्न या सामान्य रूप से सीपीपी पोटाल से संिंवधत प्रश्नों को
24x7 सीपीपी पोटाल हेल्पिेस्क को वनदेवशत ककया र्ा सकता है।
1. पािता के वलए वनविदा आिश्यकताओं और िेंिर को प्रस्तुत ककए र्ाने िाले विवभन्न दस्तािेर्ों का वििरण "
“Informationfromvendor.xls” फाइल में उपलब्लध कराया गया है।
2. एक्सेल फाइल में कई शीट हैं यिा, (a) Information sheet (b) Instruction sheet (c) Bank Gurantee Format (d)
Tender Acceptance Letter (e) Undertaking। िोलीदाताओं को एक्सेल फाइल की सभी शीटों को ध्यान से देिना चावहए।
3. िोलीदाताओं “Informationfromvendor.xls” फाइल िाउनलोि करें , इसे िोलें और अपने संिंवधत वििरण के साि "सूचना
पिक" में SKY BLUE रं ग (अनप्रोटेक्टेि) सेल को भरें । कोई अन्य सेल नहीं िदला र्ाना चावहए। िोलीदाताओं को सलाह दी
र्ाती है कक िे "information sheet" भरने से पहले एक्सेल फाइल के "instruction sheet" को पढ़ें और उनका अनुपालन करें ।
एक िार वििरण भरने के िाद, िोलीदाता को "PART IV: Certificates – all are mandatory" शीषाक के तहत एक्सेल
फाइल में उवल्लवित अन्य प्रमाणपिों और घोषणाओं के साि "information sheet" का "pdf" संस्करण एक एकल
पीिीएफ दस्तािेज़ के रूप में अपलोि करना चावहए |
5. एक्सेल फाइल में सही र्ानकारी प्रदान करना और सीपीपी पोटाल में सही फाइलों की स्कै न की गई प्रवतयों को र्हां कहीं लागू हो,
अपलोि करना िोलीदाता की ही वर्म्मेदारी है।
6. िेंिरा द्वारा प्रदान ककया गया ई-मेल आई/िी और/या टेलीफोन/मोिाइल नंिर वनविदा की पूरी मूल्यांकन प्रकिया के दौरान सकिय
रहना चावहए क्योंकक यकद आिश्यक हो तो इन सूचनाओं का उपयोग वििे ता के साि संिाद करने के वलए ककया र्ा सकता है।
2. Performance Gurantee:
a. The tenderer whose tender is accepted, will be required to deposit Performance Guarantee @
3% of tendered value within 15 days from the date of receipt of the work order. Performance
Guarantee can be submitted in the form of PBG (Performance Bank Guarantee), FDR (Fixed
Deposit Receipt), DD (Demand Draft), BC (Banker’s Cheque) etc. issued by any Schedules
bank drawn in favour of Pay & Accounts Officer, VECC, payable at Kolkata. This period
can be further extended by the Engineer-in-charge on written request of the contractor stating
the reason for delays in submitting the Performance Guarantee, to the satisfaction of the
Engineer-in-charge. Late fee (@ 0.1% per day of PBG amount) will be levied for the delayed
submission of PBG.
b. The Performance Guarantee shall be initially valid up to the stipulated date of completion plus
60 days beyond that. In case the time for completion of work gets enlarged, the contractor shall
get the validity of Performance Guarantee extended to cover such enlarged time for completion
of work.
c. After recording of the completion certificate for the work by the competent authority, the
performance guarantee shall be returned to the contractor, without any interest.
3. Security Deposit:
a. Security Deposit @ 2.5% of tendered value as worked out on the basis of tendered cost will be
recovered @ 2.5% of the gross value of each bill including final bill.
b. Defect Liability Period (DLP) for work order value below 10 Lakhs is 6 months and above 10
Lakhs is 12 months. The Security Deposit will be returned after DLP of the job or passing of
final bill whichever is later.
c. No interest will be paid to the security deposit (SD).
5. Payment of Bills:
a. Payment will be made by Pay & Accounts Officer, VECC.
b. Payment will be made through RTGS/NEFT mode only.
c. The payment is subject to TDS applicable under Income Tax Act, 1961. As per instructions of
Ministry of Finance, a recovery of Income Tax @ 2% of gross value of work done, will be
made from all the bills in respect of this work and the amount so recovered will be credited to
the Income Tax Authorities and a certificate for the amount so credited will be issued by the
Pay & Accounts Officer, VECC, Kolkata.
d. TDS @ 2% or as applicable U/S 51 of GST Act. 2017 will also be recovered from the bills and
TDS thereof will be uploaded in GST portal by Pay & Accounts Officer, VECC, Kolkata.
Any other taxes as per Government directives shall be deducted from each bill paid to the
contactor, from time to time.
7. Deployment of personnel:
a. Personnel employed for the job shall be in proper attire. The entire crew shall work under
overall supervision of the Supervisor of the contractor or, his Authorized staff.
b. The Engineer in Charge may ask the contractor to dismiss or remove any person or persons,
who may be incompetent or misconduct himself or has been charged with having committed
1 For technical clarifications related to Please refer to part -A, NIT Details, ‘Seek clarification
the tender start date’
2 For any help on CPP portal, trouble Use the website:
with tender uploading https://eprocure.gov.in/eprocure/app
1. वनविदा दरें :
a. िोलीदाता अपनी प्रस्तावित कीमत के िल सी.पी.पी. पोटाल में अपलोि की गई ‘प्राइस विि’ की एक्सेल
फाइल में उद्धृत करें गे। अवधक र्ानकारी के वलए इस दस्तािेज़ का "भाग िी" देिें।
b. प्रस्तावित कीमत सभी लागतों सवहत होनी चावहए, उदाहरण के वलए, मूल दर, कें द्र और साि ही
राज्य सरकार के कर और लेिी, पैकेहर्ंग और पररिहन लागत, लाभ इत्याकद | विस्तृत
र्ानकारी के वलए इस दस्तािेज़ का भाग-िी और भाग-ई भी देिें।
3. सुरक्षा र्मा:
a. सुरक्षा र्मा @ वनविदा मूल्य का 2.5% र्ैसा कक वनविदा लागत के आधार पर वनकाला गया है, अंवतम विल
सवहत प्रत्येक विल के सकल मूल्य के 2.5% की दर से िसूल ककया र्ाएगा।
b. 10 लाि से कम कायाादश
े मूल्य के वलए “विफे क्ट लायविवलटी पीररयि” 6 महीने के वलए है और 10 लाि से
े मूल्य के वलए “विफे क्ट लायविवलटी पीररयि”
अवधक कायाादश 12 महीने है। सुरक्षा र्मा, “विफे क्ट
लायविवलटी पीररयि” पूरा होने के िाद या अंवतम विल पाररत होने के िाद, र्ो भी िाद में हो, िापस कर
कदया र्ाएगा ।
c. सुरक्षा र्मा (एस िी) पर कोई ब्लयार् नहीं कदया र्ाएगा।
5. विलों का भुगतान:
a. भुगतान िेतन एिं लेिा अवधकारी, िीईसीसी, द्वारा ककया र्ाएगा |
b. भुगतान के िल आर.टी.र्ी.एस / एन.ई.एफ.टी मोि के माध्यम से ककया र्ाएगा।
c. भुगतान आयकर अवधवनयम, 1961 के तहत लागू टीिीएस के अधीन है। वित्त मंिालय के अनुदश
े ों के अनुसार, ककए गए
काया के सकल मूल्य के 2% की दर से आयकर की िसूली इस काया के संिंध में सभी विलों से की र्ाएगी और इस प्रकार
िसूल की गई रावश आयकर अवधकाररयों को र्मा की र्ाएगी और एक इस प्रकार र्मा की गई रावश का प्रमाण पि
भुगतान एिं लेिा अवधकारी, िीईसीसी, कोलकाता द्वारा र्ारी ककया र्ाएगा।
d. टीिीएस @ 2% या र्ीएसटी अवधवनयम 2017 के अधीन लागू U/S 51 के रूप में, को भी विलों से िसूल ककया
र्ाएगा और उसके टीिीएस को भुगतान एिं लेिा अवधकारी, िीईसीसी, कोलकाता द्वारा र्ीएसटी पोटाल पर अपलोि
ककया र्ाएगा। सरकार के वनदेशों के अनुसार कोई अन्य कर, समय-समय पर, भुगतान ककए गए प्रत्येक विल से काट
वलया र्ाएगा।
7. कर्मायों की तैनाती:
a. काया के वलए तैनात कार्माक उवचत पोशाक में होने चावहए। समस्त कार्माक ठे केदार के सुपरिाइर्र या उसके अवधकृ त
कमाचाररयों के समग्र पयािेक्षण में काया करें गे।
b. िी. प्रभारी अवभयंता को उस व्यवि या व्यवियों को हटाने हेतु परामशादाता की आिश्यकता हो सकती है र्ो अयोग्य है
अििा दुराचार करता हो अििा वर्स पर आपरावधक काया हेतु करने का आरोप लगा हो अििा अपने कायों को ठीक
तरह से करने में लापरिाह हो। ऐसे व्यवि को ितामान संविदा के कायाक्षेि में काया वनष्पादन करने हेतु पुन: नहीं वलया
र्ाएगा।
c. वििे ता िी.ई.सी.सी. की संपवत्त, उपकरण आकद के ककसी भी नुकसान/क्षवत के वलए अपने कमाचाररयों के वलए
वर्म्मेदार होगा
8. दस्तािेर्ों का रिरिाि :-
a. संविदाकार को उन्हें कदए गए काया आदेशों के संिंध में वनम्नवलवित रवर्स्टरों का रिरिाि करना चावहए ताकक
आिश्यकता पड़ने पर उन्हें श्रम प्रिातन अवधकारी को र्ांच हेतु प्रस्तुत की र्ा सके ।
ए) उपवस्िवत रवर्स्टर, (िी) िेतन रवर्स्टर, (सी) कटौती रवर्स्टर, (िी) ओिरटाइम रवर्स्टर, (ई) फाइन रवर्स्टर,
(एफ) अवग्रम रवर्स्टर, (र्ी) िेतन पची, (एच) काम करने िाले व्यवियों का रवर्स्टर।
9. इस वनविदा से र्ुड़े संपका वििरण :-
ए. इस विभाग के अलग-अलग अवधकारी तिा सीपीपीपी अलग-अलग प्रकार के मुद्दे/समस्याओं को हल करने में
आपकी मदद करें गे।
वनम्नवलवित तावलका में कदए गए के िल संिंवधत अवधकारी को मुद्दा/समस्या के अनुसार ही संपका करें ।
1 वनविदा संिंधी तकनीकी स्पष्टीकरण हेतु कृ पया भाग-क का संदभ ा लें, ‘वनविदा वििरण
स्पष्टीकरण’ आरं भ करने की तारीि को देिें
ई-मेल : vigilanceofficer@vecc.gov.in
Note:
In addition to this tender document and other documents uploaded in the CPP portal in connection to this tender, the
intending bidder must read the terms and conditions as per “SECTION-1 : NOTICE INVITING TENDERS“
OF “CONDITIONS AND CLAUSES OF CONTRACT – 2008” carefully. He/She should only submit his/her bid if
he/she consider himself/herself eligible and he/she is in possession of all the documents required.
नोट:
इइइइइइ इइइइइइइइइ इस वनविदा के संिंध में सीपीपी पोटाल में अपलोि ककए गए इस वनविदा दस्तािेर् और अन्य दस्तािेर्ों के
अलािा, ‘’सससससस सस सससस ससस ससससस-2008’’ इइ इइइइइइ इइइ इइइइइइ इइ इइइइइइइइइइइ इइÌæ इइइइ
ससस सस ससस सस ससससस ससससस ससस ससस सससस ससस सससससससस ससस सससससससस ससस ससस सससस
सससस सससससससस ससससस
7. All personnel employed should be well behaved and well mannered. They should have
knowledge of local language and preferably Hindi also. In case any complain and on
demand, contractor has to change their workman promptly.
8. During warranty period competent technical man power should be deployed at VECC
within 24 Hrs. of raising the complaint.
11. The detailed BOQ & Scope of work is given below & the detailed specifications of
all the Items, which have to be supplied under this work, is given in Annexure – 1. The
bidders should thoroughly go through it and submit the compliance report along with
tender documents as per Annexure-1
Bill of Quantity (BOQ)
Sl.
Description of Materials to be supplied Unit Qty
No.
1 Supply of (A) Fully Intelligent Addressable Fire Alarm Panel (FAP) with 100% Set 01
hardware redundancy(1) by means of duplicated electronics in CPU/Master Control
Unit, Loop Card, Relay and Interface Card, Network card and display electronics.
(B) With appropriate no. of Loop cards to accommodate 668 Detectors and devices.
Each loop card can be used only upto 85%of its maximum capacity.
(C) Network Card having multi/single mode Fibre connectivity, RS 485port & TCP/IP
ports. (Network Card may be onboard type or external type.)
Technical Specification as per Annexure-1
(1)-
The dual circuits must remain connected to the loop all the time with independent fault
monitoring circuits. There must be automatic switchover in case of fault within 02 minutes .
2 Supply of Intelligent Addressable type Multi-Criteria Detector having inbuilt short Nos 592
circuit isolator and with standard base.
Technical Specification as per Annexure-1
3 Supply of Intelligent Addressable Manual Call Point having inbuilt short circuit Nos 29
isolator & LED indicator with back box.
Technical Specification as per Annexure-1
4 Supply of Intelligent Addressable loop powered Sounder & Strobe having inbuilt Nos 21
short circuit isolator and with standard base.
Technical Specification as per Annexure-1
5 Supply of Beam type Smoke Detector with addressable input & output module & Nos 08
accessories. Technical Specification as per Annexure-1
6 Supply of Intelligent addressable type Duct-Detectors with standard sampling Nos 08
chamber & accessories
Technical Specification as per Annexure-1
7 Supply of Intelligent Addressable Control Module having inbuilt short circuit isolator Nos 10
and with proper accessories.
Technical Specification as per Annexure-1
8 Supply of Visual Graphics Software (PC based GUI Software) for minimum 2500 Nos 01
devices to be connected with main fire alarm panel through Ethernet, for monitoring
all individual detectors and devices connected to the main FAP.
Technical Specification as per Annexure-1
9 CPU for Installing PC based GUI Software with UPS No 01
Technical Specification as per Annexure-1
10 Supply of Detector Installation and Removing Kit along with programming Lot 01
software and dongle
11 Supply of Response Indicator with LED indicator compatible with same make Fire Nos 99
Alarm Panel and detectors.
Technical Specification as per Annexure-1
12 Supply of 24 V DC,2AMP Power Supply Unit, SMPS type. Nos 08
13 Supply of 55 inch 24X7 Full HD LED Display No 01
Technical Specification as per Annexure-1
14 Supply of MS Box fabricated out of 2mm thick MS sheet duly powder coated No 500
accommodate with detector base & devices.
15 Supply of other accessories like Cable tie, Cable tag, Ferrules, Screw, Nut & Bolts, GI Lot 01
Cable Gland, GI Saddle etc required for installation of the FDS.
16 2core X 1.5 Sq mm FRLS Armoured Cable Mtr 9000
Technical Specification as per Annexure-1 (Supply and Installation of Cable will be
paid on actual. The bidder is requested to assess the cable as per their system.)
Description of Installation & Commissioning
1. Installation of Fire Alarm Control Panel with Loop Card & Network Card Set 01
2. Installation of Multi criteria detectors & devices with proper Accessories. (592 Multi Nos 660
criteria detectors, 10 Module, 29 MCP, 21hooters, 8 Power supply).
3. Installation of Duct detector. Nos 08
4. Installation of Beam detector. Nos 08
5. Installation of Response Indicator Nos 99
6. Installation of 55 inch professional display No 1
7. Integration of 668 Detector and Devices With the Fire alarm Control panel. Nos 668
8. (A)Establishing communication between the network card of FAP and PC based GUI Lot 1
Software through Ethernet.
(B) Preparation of Graphics in CAD format and implement it in Visual Graphics
software to producing alarm reports, diagnostic check reports, fault occurrence
reports, layout graphics of the individual detectors, routing the location.
9. Laying of 1.5sq mm 2core armoured FRLS cable through cable tray, wall surface & Mtr. 9000
ceiling with complete accessories.
1. Supply of Materials
a. The contractor has to supply of all the materials mentioned in the Bill of Quantity.
All the materials will be supplied to VECC premise. All the items should be
supplied in original, un-tampered packing of the Original Equipment Manufacturer
(OEM) along with certificate of conformity / proof of purchase of the product, at the
time of supply for establishing their originality. This office reserves the right to
communicate with the OEM regarding the supplied products to ascertain the
genuineness of the products supplied. After satisfactory compliance of all the
delivered items with the OEM, features, specifications of each item tabulated in
Annexure – 1 of Work Order for SITC of Fire Detection system, inspection and
testing shall be done by our departmental Engineer–In–Charge (EIC). After
satisfactory testing, an Inspection Certificate will be issued by the EIC duly
countersigned by the Executive Engineer for commencing the installation of Fire
Detection system.
c. Supply of Compatible items- All components and devices of FDS must be either
products of a single manufacturer or their compatibility must be guaranteed by the
OEM'
a. Contractor must do the site survey to understand complete Scope of Work (SOW)
and site condition.
b. Contractor has to prepare and submit overall general layouts, block diagram,
control wiring, field wiring diagrams/drawings (soft/hard copy in CAD format) on
the basis of locations of detectors, active devices, workstation etc. and also work
schedule before starting the work and take the approval of EIC, VECC and
execute the work accordingly.
c. All the Detectors & devices should be installed with suitable accessories for
mounting it on Ceiling/wall. The contractor should visit the site and take a note of
accessories/ attachments needed to mount the detectors perfectly and get it
approved by EIC, VECC.
d. Wiring- i) The wiring is to be class-A type. ii) The distance of Cable Saddling is
maximum 2 feet between 2 saddles. iii) Proper cable gland must be used on the
cable entry point of the ms circular box & Fire Alarm Panel. iv) On fault like short
circuit, open circuit, or earth fault in the loop, the faulty portion is to be isolated by
the in- built isolator provided with each device. Proper protection must be provided
in the panel for overvoltage and short circuit so that the loop and the panel are
protected on such faults.
f. All the detectors & devices must be installed by maintaining proper industry
standard norms and in consultation with EIC, VECC.
g. The contractor has to do the proper electrical earthing of fire alarm control panel.
h. All the cables are to be tagged as per the drawing or as instructed by the EIC with
metallic tag, ferrules by industrial type crimping tool only. The contractor must
complete all connection of all active devices before turning on the new FDS. Any
modification of this work from the approved drawing have to be
incorporated/modified in the as built / final drawing.
i. Before connecting with fire alarm panel, all the active devices like detectors,
Manual Call Point (MCPs), sounders, modules etc. should be configured with an
individual address in consultation with the EIC. The address of each active
detector & devices must be written on its outer body so that it can be seen from
the outside.
j. All the detectors, MCPs, sounders, modules must be integrated with the graphics
of FDS & those should be accessible by computer workstation.
k. Contractor has to provide the software having inbuilt features to control and
configure all the devices like detectors, MCPs, sounders, all type of modules & fire
alarm control panel.
o. Contractor should have its own customer desk where complaint can be
registered at any point of time.
The fire alarm management system must be a multi-user graphical management system and
must be used to centrally monitor and operate fire alarm systems. All messages and status
of the connected fire alarm system must display on all easy to understand graphical user
interface. The colour graphic software running on PC must be capable of producing alarm
reports, diagnostic check reports, fault occurrence reports, layout graphics of the individual
detectors, routing and location, especially when there is any alarm or occurrence of fault.
There must be a provision to connect a printer to the PC which can print all the events with
date and time on manual command from the operator.
a. Ethernet connectivity- The software for the fire alarm control system must provide
the configuration and monitoring of the FDS using Ethernet connected PC with
authentication.
b. License- The supplier must install the FDS application software on any PC if
required. The license of the application software must be portable and the required
code/ lock to run it on a different PC must be provided by the supplier.
c. It Must be possible to run this software application along with other application
software running on the host PC/server PC
d. The software must be compatible in Window 8/10/11.
a. All documentation must be written in good, simple and concise English and must be
bounded with hard covers.
b. The document must be updated regularly as the installation progresses. All
changes in the installation layout, wiring, cabling and design must be incorporated
in its final edition. Three copies of every updated edition must be handed over to
VECC, Kolkata.
c. The final edition of the hand-over documents (3 copies) must include installation,
commissioning ,operation and maintenance aspects, technical details of
components, as built drawings & device charts of the system and tests carried out
during commissioning.
d. A set of hard copy manual of FDS training must be submitted to the EIC which
included all the points specified on Part-E (6-b).
5. Testing & Acceptance Criteria
a. Burn in test at site- All the electronic sub-units of the FDS must be subjected to
Burn-in test under rated load conditions. The burn in period must be for a
continuous period of 100 hrs. During this time the FDS must be kept switched 'ON'
under prevalent ambient conditions; the performance of the FDS must be checked
before, during and after the test and there must not be any deviation of the
specifications.
A very extensive testing of the system under the real –plant conditions must be
carried out to remove the remaining hardware/software bugs for a period of
minimum 1 month. The FDS must be considered as commissioned after 1month, if
it doesn’t develop any snags during above test.
6. Training on FDS
The contractor must provide 5 days free of cost training at VECC premises on the
operation, addressing, maintenance and software configuration of the fire
detection system. Training manuals [2 copies] for this must be prepared and
handed over to the EIC before starting of the training. Schedule of training must
be approved by EIC.
7. Warranty:
a. Minimum One (01) year onsite warranty is required for the complete fire detection
system after handed over of the system & minimum 10 years warranty & update
for GUI software as well as Fire alarm control panel software.
b. Minimum Three (3) years warranty for 55 inch 24 x7 full led display.
c. The warranty for the fire alarm system must be for a period of 12 months after
acceptance test at site. During the guarantee period, the supplier must arrange
quarterly visits and all the recommended tests and services in the manufacturer's
manual must be completed during this period with no extra charge. The
replacements of faulty components during the guarantee period must be in the
scope of the supplier.
भारत सरकार/ Government of India
परमाणु ऊर्ाा विभाग/ Department of Atomic Energy
पररिती ऊर्ाा साइक्लोट्रॉन के न्द्र/ Variable Energy Cyclotron Centre
1/ए.एफ., विधान नगर, कोलकाता-700064/ 1/AF, Bidhan Nagar, Kolkata-700064
PART – F
Name of work: Supply, Installation, Testing and Commissioning of fully intelligent addressable Fire Detection
System at VECC, Kolkata.
PAGE
RENCE
REFE-
PARTICULARS
[2]
Government of India
Department of Atomic Energy
Variable Energy Cyclotron Centre
Sector-1, Block-AF, Bidhan Nagar, Kolkata – 700 064
Director, VECC
Date of Issue: ……………………
TENDER
I / We have read and examined the Notice Inviting Tender, Salient Governing Features of the Tender / Work
including Schedules A, B, C, D, E & F, Specifications Books *, Drawings and Designs, General Rules & Directions,
General Clauses of Contract, Special Clauses of Contract & other documents and rules referred to in the Conditions
and Clauses of Contract – 2008 * and all other contents in the tender documents for the work.
(*Note: The “Specifications / Conditions and Clauses of Contract books” are available on departmental Web-site
www.vecc.gov.in. The required books as indicated under Schedule “F” and under Clause-11 of this Salient
Governing Feature of the Tender / Work may be downloaded from the VECC’s Web-site and / or the same can be
purchased separately on payment of price as indicated below with the Accounts Officer, VECC, Kolkata-64. If the
agency already possesses or has downloaded this / these book(s), they need not purchase the same again:
SN NAME OF DOCUMENT
1 Conditions and Clauses of Contract – 2008
However, these books, as required / specified in this “Salient Governing Feature of the Tender / Work” herein below,
shall remain part of the tender documents / Contract / agreement to be executed, and signed by both the parties after
acceptance of the Tender.)
I / We, hereby tender for the execution of the work specified for the President of India within the time specified
in Schedule “F”, viz., Schedule of Quantities and in accordance in all respects with the specifications, designs,
drawings and instructions in writing referred to in Rule 1 of General Rules and Directions and in Clause - 11 of the
General Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such
conditions so far as applicable.
We agree to keep the tender open for one hundred twenty (120) days from the last date of its submission and
not to make any modifications in its terms and conditions.
A sum of Rs.1,30,000/- shall be deposited as Earnest Money as per stipulations in the NIT / Tender
documents in the required format on demand from the Government. Consequent to the award of the subject work, if I
/ we fail to commence work as specified, I / we agree that President of India or his successors in office shall without
prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money, otherwise the
[3]
said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be
ordered, upto maximum of the percentage mentioned in Schedule “F” and those in excess of that limit at the rates to
be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I / We
agree that in case of forfeiture of earnest money as aforesaid, I / We shall be debarred for participation in the re-
tendering process of the work.
I / We hereby declare that I / We shall treat the tender documents, drawings and other records connected with
the work as secret / confidential documents and shall not communicate information / derived there-from to any
person other than a person to whom I / We am / are authorised to communicate the same or use the information in
any manner prejudicial to the safety of the State.
Signature of Contractor
Postal Address
Dated:
Witness:
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on
behalf of the President of India for a sum of Rs.................................../-
(Rupees..................................................................................................................................................only).
The letters referred to below shall form part of this contract Agreement.
i)
ii)
iii)
Signature
Designation
Dated …………………………….. For & on behalf of the President of India
***
[4]
Salient Governing Features of the Tender / Work
Proforma of Schedules
SCHEDULE ‘A’
SCHEDULE ‘A’ Reference to NIT & Tender Documents
SN TITLE PARTICULARS PAGE
1 TENDER NOTICE NO. VECC/CIG/NIT/FDS/2022/1695 12-15
Dated: 20/10/2022
2 Notice Inviting Tender details i) NIT as uploaded on Web Site
https://eprocure.gov.in/eprocure/app
Detailed NIT is also available on website
https://www.vecc.gov.in/notifications/details/1
for view only.
ii) NIT as published in Notice Board
3 Scope and location of the work: Enclosed 11
4 List of drawings NIL
5 Time Schedule for the work: Enclosed 16
6 List of changes if any in specifications:
a) Specifications for Civil Works – 2009 : Nil
7 Schedule of Quantities - (Enclosed) 15 pages
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor : Not applicable for this work
S. Description of item Quantity Rates at which the Materials Place of issue
No will be charged to the contractor
1 2 3 4 5
1. Water Water will be supplied by the Department
free of cost
2. Electricity Electricity consumed for this work shall be
supplied by the Department free of cost.
3. As mentioned in WS - 7 As NA
mentioned
in WS - 7
SCHEDULE ‘C’
Land earmarked for temp. infrastructures and Tools & plants to be hired to the contractor :
S.No Description Hire charges Place of issue
1 2 3 4
1. Area for storage / site office (SCC-11) As per Clause SCC-11 Site premises
2. Temporary Buildings (SCC-12) Not Applicable.
3. Labour hutments (SCC-12) No labour hutment permitted at site
4.
SCHEDULE ‘D’
Extra schedule for specific requirements / documents for the work, if any Prevailing security regulation shall
Particularly for Security guidelines, Gate pass, lift, tower crane etc, be strictly adhered to
[5]
SCHEDULE ‘E’
Schedule of component of Cement, Steel, other Materials, Labour, POL etc. for price Not applicable for this work
escalation
CLAUSE 10 CC : Not applicable for this work
No escalation will be paid for this work. No extra payment over and above the quoted price will be paid.
SCHEDULE ‘F’
Reference to the Book of “Conditions & Clauses of Contract” to be followed for this work 2008
Name of Work: Supply, Installation, Testing and Commissioning of fully intelligent As per NIT
addressable Fire Detection System at VECC, Kolkata.
Estimated cost of work: Rs.72,30,000.00 As per NIT
Earnest Money Deposit (EMD): Rs. 1,30,000.00 As per NIT
Performance Guarantee (PG): 3 % of tendered value As per Tender
Security Deposit (SD): 2.5% of Gross Value of Work Done As per Tender
Clause - 1
i) Time allowed for submission of Performance Guarantee (PG) from the date of issue of letter of acceptance 15
/ WO days
ii) Maximum allowable extension beyond the period (provided in - i) above; Maximum 15 days with late fee 15
@ 0.1% on Performance Guarantee (PG) amount per day to be computed for actual period of delay. days
Clause - 2
Authority for fixing compensation under clause 2 Director, VECC.
Clause - 5
Number of days from the date of issue of letter of acceptance / WO for reckoning date of start 15 days
Mile stone(s) as per table given below:
TABLE OF MILE STONE(S)
Sl. No. Description of Time Allowed in days Amount to be with-held in case of non
Milestone (Physical) (from date of start) achievement of milestone
1. NIL
2 NIL
TIME ALLOWED FOR EXECUTION OF WORK 180 days (As per NIT)
Clause – 6 & 6A Clause 6 for manual billing As per clause 6 for Manual Billing &
Clause 6A for computerized billing MB (Measurement Book)
[6]
a. Vendor has to submit the following documents for processing of payment to the Engineer-in-
charge (EIC) of the work – (i) Tax-invoice (ii) Job completion / inspection (whichever is applicable)
report during the period of the invoice (to be certified by the EIC). Vendor would also require to
sign the Measurement Book (MB) and RA bill prepared by the EIC for processing of the payment.
b. Vendor should submit the documents mentioned in Sl. No. (a) at the end of the job / at the end of
every quarter / at the end of every six months / at the end of one year for processing of the
payment.
c. After successful commissioning of the job and acceptance of the job as and when certified
by the Engineer-in-charge, VECC. Payment will be made by PAO, VECC against
submission of bill provided there with no dispute in respect of rates, quantity and quality
of work with MB (Measurement Book) and job performance certificate duly certified by
the corresponding departmental Engineer-in-charge and Executive Engineer. Bank details
like name of bank, branch, IFSC code etc. may be furnished for quick payment through
RTGS/NEFT/Core – Banking.
Clause - 10C
Component of labour expressed as percent of value of the work 16.69%
Clause - 11
Specifications to be followed for execution of this work Specifications as per attachment
Clause – 12
12.2 & 12.3 Deviation limited beyond which this clauses 30%
Clause - 16
Competent Authority for deciding reduced rates Director, VECC.
Clause - 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:
NIL
Clause - 42
(i) Variations permissible for materials issued Not applicable for this work
(ii)
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
S. No. Description of Item Rates in figures & words at which recovery shall be
made from the Contractor
Excess beyond permissible Less use beyond the
variation permissible variation
1 Refer Schedule -A NA Nil
[7]
Notes:
1. In the case of any discrepancy between these “Salient Governing Features of the Tender/Work” & the book
“Conditions and Clauses of Contract – 2008”, stipulations given in these “Salient Governing Features of the
Tender/Work” shall take precedence.
2. In the case of any discrepancy found in printed matter of Hard copy and Soft copy of “Salient Governing
Features of the Tender/Work” documents, the matter of Hard copy shall take precedence.
***