Ibs HDFC Coimbatore Fire Fighting Tender Specifications 10062024

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 37

TECHNICAL SPECIFICATIONS

FOR

FIRE FIGHTING SYSTEM


at

HDFC BANK LTD


Saravanampatti, Coimbatore.

Version R-0

Architects:
Sara Interiors Pvt Ltd

MEP Consultants:
IBS Gulf Design Pvt Ltd
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

Contents
1. GUARANTEE PROFORMA ......................................................................... 2
2. GENERAL REQUIREMENTS ...................................................................... 3
3. SUPERVISION ............................................................................................ 4
4. QUALITY ASSURANCE REQUIREMENTS ................................................. 5
5. TENDER DRAWINGS ................................................................................. 6
6. SHOP DRAWINGS ...................................................................................... 7
7. WORKING DRAWINGS .............................................................................. 7
8. AS-INSTALLED DRAWINGS ...................................................................... 7
9. TESTING AND COMMISSIONING .............................................................. 8
10. HANDING OVER MANUALS...................................................................... 9
11. PAINTING, IDENTIFICATION AND LABELLING ....................................... 9
12. TRAINING ................................................................................................ 10
13. GUARANTEE ........................................................................................... 10
14. ANNUAL MAINTENANCE CONTRACT ................................................... 11
15. TAKING OVER CERTIFICATE ................................................................. 11
16. CONTROL OF NOISE & VIBRATION ........................................................ 12
17. SCOPE OF WORK ..................................................................................... 12
18. TECHNICAL SPECIFICATIONS ................................................................ 15
19. PRE ACTION SYSTEM ............................................................................. 24
20. EXTINGUISHER ...................................................................................... 29
21. PREAMBLES TO BILL OF QUANTITIES................................................... 33
22. LIST OF APPROVED MAKES ................................................................... 35
23. DEVIATION ............................................................................................. 36

1|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

1. GUARANTEE PROFORMA
GUARANTEE FOR SYSTEM INSTALLATION

We hereby guarantee the FIRE FIGHTING System, which we have installed in the
building described below:

Building - Adithya Tech Park.

Location - Saravanampatti, Coimbatore.

Owner - HDFC BANK PVT LTD

System description - Equipments / Ancillary Equipments / Items /


controls /Materials installed for Fire Fighting
Works.

For a period of one year from the date of acceptance of the installation. we agree to repair
or replace to the satisfaction of the owner, any or all such work that may prove defective
in workmanship, equipment or materials within that period, ordinary wear and tear and
unusual neglect excluded, together with any other work, which may be damaged or
displaced in so doing. In the event of our failure to comply with the above mentioned
conditions within a reasonable time, after being notified in writing, we do hereby
authorize the Owner to proceed to have the defects repaired and made good at our
expense, and we shall pay the cost and charges thereof immediately upon demand.

WE ALSO HEREBY UNDERTAKE to test the entire installation following the


completion of the installation, to check and do everything necessary to ensure that the
system works as per design intent, that all controls are calibrated accurately, and that all
units are functioning satisfactorily.

Date: SIGNATURE OF CONTRACTOR

SEAL

2|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

2. GENERAL REQUIREMENTS
2.1 GENERAL INFORMATION

The Instructions and Conditions of Contract as described in this document are intended to amplify the General
conditions of Contract and shall be read in conjunction with Specifications of Work, Drawings and all other
documents forming part of this Tender wherever the context so requires. The following clauses shall be
considered as an extension and not in limitation of obligation of the Bidder.

All expenses incurred by the BIDDER in connection with obtaining information for submitting this tender
including his visits to the site or efforts in compiling the tender shall be borne by the BIDDER and no claims for
reimbursement shall be entertained.

Notwithstanding the sub-division of the documents into separate sections and volumes every part of each shall
be deemed to be supplementary to and complementary of every other part and shall be read with and into the
TENDER.

Wherever it is mentioned in the specification, that the BIDDER shall perform certain work or provide certain
facilities, it is understood that the BIDDER shall do so at his own cost.

2.2 OBLIGATION OF SUCCESSFUL BIDDER/CONTRACTOR/VENDOR

The obligation of Successful Bidder in fulfilment of firefighting works are stated below:

 Procurement, fabrication, and supply including transportation, transit insurance.


 Inspection, Lifting & Shifting, Installation, Commissioning and Testing of the Equipments, Systems
& Sub Systems.
 Providing Comprehensive All Risk Insurance, other insurances, or requirements as per Client
requirements & statutory requirements from commencement of work till the time of handing over.
 Expediting and co-ordinating with other agencies
 Scheduling and Monitoring
 Training the Purchaser’s representative in the Operation & Maintenance of the Plant
 Carrying out performance tests to meet the specification requirement and to the full satisfaction of
Purchasers
 Providing complete ‘As-Built’ Drawings & Documentation, Installation, Operation & Maintenance
Manuals
 Providing Guarantee
 Routine Maintenance and faults rectification during Guarantee/Defects Liability period

The prices furnished by the Bidder shall be inclusive of all the erection tools, necessary tackles required
for the erection work and equipments such as cranes, chain pulley blocks, air compressor, welding sets,
oxy-acetylene brazing sets, electric and pneumatic drills, steel wedges for levelling and grouting,
scaffolding, cotton wastes, chemicals for cleaning, consumables and all other construction equipment &
materials necessary for proper erection, commissioning and testing.

3|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

Upon completion of the installation and assembly work, the completed portion of the equipment, plant
& associated systems shall be checked up, by proper tests applicable to ensure that individual items of
equipment, including pipeline have been properly installed.

All equipments and systems including tools and tackles used for installation shall be checked up
individually to make sure that they are in proper working order. The testing shall be in accordance with
INDIAN STANDARDS or accepted International Standards. All instruments used for testing and
measurements shall be calibrated instruments acceptable to National level standards.

The performance of the aforesaid services should confirm strictly to the Technical Specifications, which
forms an integral part of This Tender.

It is only after the entire plant assembly has been thoroughly checked up on the lines indicated above
and found satisfactory that erection work shall deemed to be completed and the plant considered READY
FOR COMMISSIONING.

3. SUPERVISION
The Successful Bidder shall employ well qualified personnel to carry out the Inspection, Installation,
Testing and Commissioning works at site. The deployment shall be as per the requirement of
Client/Project Managers. However, as a minimum, the following requirements have to be adhered to:

A. The Successful Bidder shall also allocate an Engineer (Mechanical) with minimum 5 Years’
experience in the field of installation of firefighting system & handled at least one project of similar
nature and quantum to handle this project. This Engineer shall be available for all weekly progress
meetings and other meetings as convened by the Purchaser or Project Managers.

B. The Successful Bidder shall position at site during the period of execution of works at site at least
Two (2) Qualified Engineers/Diploma Holders with minimum 3 Years’ experience in the field of
installation firefighting systems for the purpose of co-ordination with Purchasers and other Bidders,
inspection of materials, installation, testing & commissioning of equipments & systems.

C. In case the works at site are happening in multiple shifts, the Successful Bidder shall deploy
additional persons to ensure that the requirement of personnel as mentioned above are provided at all
times.

D. During the periods where intense installation activity is expected at site such as during
commissioning, the Successful Bidder shall position at site, One (1) more Qualified
engineer/Diploma Holder with minimum 5 years relevant experience to support the other two
engineers already available at site.

E. The Successful Bidder shall also deploy qualified ‘Safety Engineers’ who would be available at all
times to monitor, advise and implement safety procedures and processes at site. The Bidder shall also
refer to other documents enclosed with this tender on the requirements if any for Safety Engineers.

4|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

F. The Successful Bidder shall ensure that Technicians of the OEM of the Equipments being
commissioned are available at site at all times during the commissioning of such equipment to ensure
proper commissioning.

G. The Successful Bidder shall position at their cost two technicians fully trained in operation and
maintenance of the installed system to attend to any minor break-downs on the system for a period
of one month immediately after the handing over of the system. These technicians shall be available
from 9am to 5.30pm, Monday to Friday and the Holiday schedule would be aligned to the Purchaser’s
holiday schedule. In case the technician assigned is not able to be available at the Purchaser’s
premised due to illness or any other reason, the Bidder shall depute some other technician with similar
experience.

4. QUALITY ASSURANCE REQUIREMENTS

4.1 GENERAL

Quality Assurance (QA) requirements form an integral part of the contract, and all Contractors are
required to comply.

4.2 SCOPE

The scope of QA requirements is as follows:

a) Preparation of a Quality Assurance Plan by the Contractor, which is referred to as


“CONTRACTOR’S QUALITY PLAN” or CQP.
b) Performance of:
- Quality Assurance (QA) and
- Quality Control (QC) activities at site
c) Documentation of the above

4.3 INSPECTION

The Purchaser/Project Manager/Consulting Engineer shall have free and unrestricted access of the
Contract Works or any part thereof for inspection which the Consulting Engineer/Client may deem
suitable without any interference whatsoever from the Contractor and such inspection and/or clearance
by the Purchaser shall not relieve the Contractor of any liabilities or obligations in regard to the Contract.

4.4 TEST CERTIFICATES

Routine and type tests for various items of equipment shall be performed at the Contractor/ Sub-Vendor’s
works and test certificates shall be furnished. The PURCHASER or his authorised representative reserves
the right to be present during the tests.

5|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

5. TENDER DRAWINGS
The Drawings issued with this Specification are for guidance of the BIDDER and show the approximate
positions of all items of equipment, etc. The actual and final position of all items of equipment shall be
determined at site and approved by the Consulting ENGINEER. BIDDER is to ensure that their proposal
will meet with all the current rules and regulations of the relevant authorities in India.

EQUIPMENT & TECHNICAL SUBMITTALS, METHOD STATEMENTS, PROGRAM


CHART

The Successful Bidder(/Contractor) shall provide in duplicate detailed Technical Specifications of all
Equipments, Materials, Systems and Sub-Systems proposed to be used for the approval from the
Consulting Engineer.

On approval of the same, the Contractor shall submit Four(4) copies of the approved ‘Technical
Submittal’ in Spiral Bound Book form.

The Bidder shall clearly & specifically bring out deviations in the Specifications /Makes if any as
compared to the ‘Technical Specifications’ and/or ‘Bill of Quantities’.

Failure to bring out such ‘Deviations’ could result in the said Equipment/Material/System/Sub-System
being REJECTED at any stage when noticed even though the Technical Submittal might have been
approved by the Consulting Engineer.

The Contractor shall not procure any material without the approval of the ‘Technical Submittal’ of the
same from the Consulting Engineer.

The Contractor shall submit detailed ‘Work Method Statements’ detailing out the preliminaries required
before carrying out work, actual methodology of work, safety aspects planned, projected risks etc.,

In case of works involving shut-downs, these shall be more detailed and also incorporate timelines
planned for completion of each milestone. Fall back options in case of any emergency / contingency /
unexpected events shall also be detailed.

The ‘Work Method Statement’ shall provide clear line of stakeholders, their responsibilities, authority,
contact details etc.,

These ‘Work Method Statements’ shall be provided well in advance (at least 2 weeks before such planned
activity) so that these can be comprehensively reviewed, discussed and agreed upon before embarking
on work.

Immediately upon appointment, the Successful Bidder shall prepare a detailed Programme Chart in
consultation with the Client/Project Managers/Consultant and submit the same for approval.

6|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

6. SHOP DRAWINGS
a) All Shop Drawings shall be prepared on the latest ‘AutoCAD’ software or other software
compatible with the .dwg format fully compatible with ‘AutoCAD’.

b) All Shop Drawings shall be on Standard A0/A1 size paper depending upon the content and details
of the drawing. The drawings shall be prepared at a minimum scale of 1:100 with the necessary
detail plans and cross sections at a scale of 1:50. These Drawings shall include accurately
dimensioned details and locations of any special wall openings that are required where items of
equipment extend through walls.

c) Before any work is put in hand, the Contractor shall submit two (2) sets in hard copy and soft
copy of dimensioned Drawings showing all details of the equipment, piping, ducting, wiring and
materials etc. to be used, to the Consulting ENGINEER for review. The Contractor shall not
commence final connection works until the Drawings are reviewed and APPROVED by the
Consulting ENGINEER.

d) Review of Drawings by the Consulting ENGINEER does not exonerate the Contractor from any
responsibility under the Contract terms and conditions.

e) If early review is required, the Contractor shall advise the Consulting ENGINEER to this effect
when submitting the drawings.

f) Once the drawings are approved, The Contractor shall forward five (5) sets of the copies of
approved shop drawings to the Consulting engineer for distribution to interested parties.

7. WORKING DRAWINGS
The Contractor shall at all times maintain on site, in good order and condition, a complete set of all
Drawings and Documents necessary for the proper execution and checking of the Works. These
Drawings and Documents shall be made available on request to the Consulting ENGINEER or other
authorised persons on site. Any amendment shall be indicated on the Drawing, dated, and signed by the
Authorised person in charge, with reasons stated if possible.

8. AS-INSTALLED DRAWINGS
a) The Bidder shall prepare Two (2) sets of paper prints of the As-Installed Drawings, diagrams,
and schedules as in the opinion of the Consulting engineers, shows an accurate record of the work
as installed by the Contractor and submit to the Consulting ENGINEER for approval. When
approved, the Contractor shall submit Five(5) sets of paper prints, and Two(2) USB Pen Drives,
each containing the soft copy of the of all the approved As-Installed Drawings in both ‘AutoCAD’
and ‘PDF’ formats for reference and record.

b) Such records shall include the preparation of properly dimensioned drawings showing the
following:

7|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

i) General arrangement of all services.


ii) Pipe routes, ductwork, Cable routes, types of fixings, layout, support, including their
heights and other particulars.
iii) The detailed layout of all equipment, plant chambers, etc.
iv) Conduit runs, pipe runs, duct work, etc.
v) A system diagram giving means of identification, circuit labelling and mounting level of
equipment, etc., provided under the Contract.
vi) Schedules of all equipment installed.

c) All Drawings submitted by the Contractor shall have in the bottom right-hand corner in addition
to the Contractor’s name, title, scale, date and drawing number, the title of the project and subject
of the drawings.

d) The retention sum or final payment will not be released until all such drawings and records have
been received and approved by the Consulting ENGINEER.

e) One copy of the schematic drawing, isometric or layout drawing showing all equipment, controls,
connections, etc. shall be framed and hung in the relevant Plant Room or location as directed by
the Consulting ENGINEER.

9. TESTING AND COMMISSIONING


a. GENERAL
Testing would include all Inspection, Installation and Commissioning Tests. The tests shall be carried
out by the CONTRACTOR to prove that all equipments, materials, systems and sub systems meet the
performance specified. The systems shall be tested in the presence of the Consulting ENGINEER/Client
who would require at least two full working days prior notice to enable them to attend.

It shall be the responsibility of the Contractor to supply all necessary testing equipment including newly
calibrated pressure gauges etc., Provision of all testing equipment and the appropriately skilled labour
shall have been included in the quoted price. The Contractor shall also arrange the necessary ladders,
access platforms as necessary for witnessing these tests.

Should any of the tests reveal a fault, the Consulting ENGINEER will order that the fault be corrected
and re-tested prior to acceptance. All fees connected with testing of equipment payable by Contractor to
any of the relevant Government Authority shall be borne by the Contractor.

b. COMMISSIONING TEST

i) The complete installation or any part thereof shall be tested, both before and after being
commissioned to check the performance in operation. All fees connected with testing of
equipment payable by the Contractor to any of the relevant Government Authority or expert from
the Supplier shall have been included in the Tender Sum.
ii) The Contractor shall be represented by a competent person approved by the Consulting
ENGINEER during the whole of the period required for the tests.

8|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

iii) All materials and equipment supplied or erected under this Contract which fail the tests shall be
replaced or rectified at once by the Contractor without cost to the PURCHASER.

iv) The Contractor shall make accurate records of all tests carried out and furnish the Consulting
ENGINEERS with Two (2) COPIES OF THE Test Certificates and Schedule of Test Results in
approved form.

v) The Contractor shall prepare a detailed and comprehensive checklist for use during
commissioning and testing. The Contractor shall submit to the Consulting ENGINEER his
proposed check list for approval as follow: -

1) Ensure that all items that should be checked are included.


2) Produce a permanent record of the commissioning checks carried out.
3) Accordingly, the checklist must be built from information contained in the Specification,
from Suppliers, SUB-Contractor’s and Contractor’s installation and commissioning
similar equipment and systems.
4) The detail of the checklist must be such that it can be completed with a reading or a tick,
which means that every device listed, has been checked.

10. HANDING OVER MANUALS


The Contractor shall prepare four (4) copies of Handing Over Manuals, in a stiff-covered ring binder-
three (3) for the PURCHASER and one (1) for the Consulting ENGINEER describing the instructions
for installation, operation and maintenance of the whole system containing the following documents as
a minimum: -

a) Copy of Purchase Order


b) Equipment List
c) Catalogues for all equipment
d) Installation Manuals
e) Operation Manuals
f) Specific Operating Instructions including ‘Dos’ and ‘Donts’
g) Basic Troubleshooting Instructions
h) List of spares recommended
i) Schedule of Recommended Maintenance
j) Copies of Records of all Testing & Commissioning Reports

Practical completion will be certified after the completion of all installation, successful testing, training
and receipt and approval of the above manual by the Consulting ENGINEER and the Plant/System would
have been deemed to have been ‘Handed Over’ only from such date.

11. PAINTING, IDENTIFICATION AND LABELLING


Unless otherwise specified, all exposed surfaces of piping including supports, equipment, etc., shall be
thoroughly cleaned and painted.

9|Page
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

All ferrous metal surfaces without protective finishes shall be painted, except surfaces of moving parts,
which shall be thoroughly oiled and greased as required.

All bare surfaces requiring painting shall first be given a priming coat followed by an undercoat and two
finishing coats. Paint shall be low VOC type as specified by the LEED Consultant.

All Parts of the Works shall be properly labelled and identified. The Contractor shall carry out the
following work: -

i) Machine engraved nameplates shall be provided to identify all of the equipment. Similar labels
will indicate the function of ancillary equipment such as gauges, control valves, switches,
indicating lights, push buttons, relays and other indicating devices.
ii) Lettering shall be black on white background. Lettering shall be at least 6mm in height.
iii) Identification lettering shall be applied to all pipe work and to all conduit at the following spacing:
-
1) For all concealed runs in walls or ceiling spaces, every 5 metres but at least once.
2) For exposed runs, every 10 metres but at least once for each exposed section.

12. TRAINING
The Contractor shall conduct a training programme for designated Purchaser’s personnel. These courses
shall be carried out during normal office hours. The date of commencement of training shall be mutually
agreed upon and, in any case, shall be within two weeks of handover of installation.

The training programme shall cover all operating and maintenance aspects of the system, inclusive of
detailed explanation and demonstration of each and every piece of equipment and an overview of the
system network.

The training programme shall consist of both handouts and classroom training at the job site or at location
agreed upon by the Purchaser.

The Training Programme shall once again be repeated after One (1) year of completion of handing over
to refresh the training already provided & train new recruits who have been employed by the Purchaser
for operating and maintenance of the plant and equipment.

All instruction manuals, tools, transportation, etc. association with the training programme shall be
provided by the Contractor. Such cost shall be deemed to have been included in the CONTRACTOR
programme.

13. GUARANTEE
The Contractor shall guarantee that all equipment and installations shall be free from any defect due to
the defective materials and bad workmanship and that the equipment shall operate satisfactorily, and the
performance and efficiencies of the equipment shall be not less than the guarantee values.

10 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

The guarantee shall be valid for a period of 1 year1 after taking over and any parts found defective shall
be replaced free of all costs by Contractor. The services of successful Contractor’s personnel if
requisitioned by the PURCHASER during this defects liability period for such work shall be made
available free of any cost.

The Contractor shall without any extra cost carry out quarterly maintenance of plant and equipment for
a period of 1 year after the installations is taken over, all routine and special maintenance of the plant
and attend to the defects that may arise in the operations of the plant.

Maintenance will consist of necessary cleaning, adjustment and lubrication of the equipment, inspection
and tightening of terminations, checking for leaks etc., by the Contractor’s employee under competent
direction and supervision. In addition to the monthly maintenance, special examination between regular
intervals and emergency minor adjustment, call back services should be provided during the guarantee
period.

Parts that become necessary due to normal wear and tear during the guarantee period will have to be
replaced free of cost.

In case of any defect or malfunctions of the equipment during the period of maintenance, immediate
attention must be ensured without claim to any extra amount, charges, or compensation.

All the maintenance work will be performed during regular hours of regular working days or during after
office hours or weekends as per the convenience of the Purchasers.

One month before the end of the defect’s liability period, the Contractor shall notify the PURCHASER
of the required inspections for all equipment and facilities including specific energy consumption.

14. ANNUAL MAINTENANCE CONTRACT

The CONTRACTOR shall quote separately for comprehensive and all-inclusive (labour, material,
consumable and everything) Annual Maintenance Contract for full Five(5) years period after the Defect
Liability Period (DLP). The CONTRACTOR shall bear the full responsibility for all kinds of
maintenance which includes periodic maintenance as well as attending to all breakdown and emergency
calls at short notice whenever called. During this period the scope of annual maintenance contract
includes repair and replacement of any or all parts as required. Besides, the replenishment of all
consumables shall also to be included in the scope of annual maintenance contract.

15. TAKING OVER CERTIFICATE


As soon as the Works have been completed in accordance with the Contract and
a. All necessary Commissioning and other tests performed.
b. Approved AsBuilt-Drawings /Documentation handed over
c. Approved Handing Over manuals handed over
d. Training provided to staff of Purchasers
e. Site cleared of all unwanted materials and debris

11 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

The client will issue a provisional certificate (hereinafter called the provisional Taking over Certificate)
in which he shall certify the date on which the Works have been successfully commissioned.

16. CONTROL OF NOISE & VIBRATION


Contractor shall ensure that noise levels due to mechanical equipment and related services will be
controlled to acceptable norms in all plant rooms and in all occupied areas. The requirements specified
are considered to be the minimum precautions necessary to achieve these objectives. The entire
installation shall operate without objectionable noise and vibration as determined by the
Client/Consultant.

The Contractor shall examine all drawings and specifications including architectural and structural sets
of working documents, before commencing any work on the project and shall immediately bring to the
Client/Architect’s attention any characteristics or properties of the building or any other factors which,
in his opinion, would jeopardize or nullify the attainment of the design objectives.

The Contractor shall guarantee that the complete plant and installation when operated within the design
criteria shall acoustically perform to the noise criteria ratings specified.

All equipment located above or under occupied areas and capable of producing noise or vibration shall
be isolated from the structure.

17. SCOPE OF WORK


17.1 Scope of work under this package covers the supply, installation, inspection and testing
including performance testing at Contractors works and / or his sub-contractors’ works,
delivery to site, storing and handling at site, erection, commissioning and carrying out
acceptance tests at site of the Fire Fighting System and Sprinkler Works.

17.2 It is not the intent to specify completely herein, all the details of design and construction
of the equipment and system. However, the equipment and system shall conform, in all
respects, to high standards of engineering, design and workmanship and be capable of
performing in continuous commercial operation up to the Contractor’s guarantee in a
manner acceptable to the EMPLOYER / Consulting engineer who will interpret the
meaning of drawings and specifications and shall have the power to reject any work or
materials, which, in his judgment, are not in full accordance therewith.

17.3 The extent of supply under this contract includes all items shown in the bid drawings,
notwithstanding the fact that such items may have been omitted from the specification or
schedules. Similarly, the extent of supply also includes all items mentioned in the
specification or schedules, notwithstanding the fact that such items may have been omitted
in the drawings. Also such of those items not specifically included in the specifications and
drawings, but which are required to complete the intent of the contract shall also be deemed
to be within the scope for supply of the Contractor.

17.4 The general character and the scope of work to be carried out under this contract
are illustrated in Drawings, Specifications and Schedule of Quantities. The

12 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

Contractor shall carry out and complete the said work under this contract in
every respect in conformity with the contract documents and with the direction
of and to the satisfaction of the Project Consultant / Client.

17.5 The scope of works under this package would broadly comprise of following.

1. SITC of new sprinkler pipe network along with sprinklers, valves flexible hose, fittings
etc., as per the proposed interior & ceiling.
2. SITC of Pre Action System.
3. SITC of Fire Extinguishers.
4. Testing and commissioning of the system.
5. Test reports, list of recommended spares, as-installed drawings, operation and
maintenance manual, training for the Client maintenance team.

17.6 RATES

The rates quoted by the Contractor shall include for supplying materials and labour necessary
for completing the work in the best and most workman like manner to the satisfaction of the
Engineer-in-Charge and which in the option of the Engineer-in-Charge cannot be made better,
and for maintaining the same. The rates shall be complete in all respects and shall include cost
of materials, erection, fabrication, labour, supervision, tools and plant, transport, sales and other
taxes, royalties, duties on material contingencies, breakage, wastage, sundries, scaffoldings, etc.
Contractor to indicate the value of Sales Tax and Service Tax separately in their offer. Contractor
should indicate separately the custom duties, excise duties, for each of the items, wherever
applicable if required by the customer.

17.7 ASSOCIATED WORKS

CIVIL WORKS

Civil works related to Fire fighting system such as breaking open walls, closing the wall for
running pipes, cables etc., to be carried out by the fire fighting vendor themselves. Quoted rates
shall be inclusive of this.

ELECTRICAL WORKS

All electrical works would be in the scope of the Electrical Contractor. Scope under Fire
Fighting vendor would be limited to extending the power provided at one point in each floor
level to the requisite location for the purpose of welding, drilling etc.,

WATER DURING INSTALLATION:

Water for pressure testing, flushing, and filling would be provided by other agencies at one point in
the premise. It shall be the responsibility of fire fighting vendor to use necessary temporary pipework,
pumps etc., to carryout flushing and filling of the lines.

13 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

ELECTRICITY:

Electricity for Welding, drilling etc as required shall be provided by other agencies at one location in
each of the floor. All further cabling and distribution would be part of fire fighting vendor scope. Only
general lighting in the work areas would be provided through other agencies. Any special task lights
shall be provided by the fire fighting vendor themselves.

BMS & FIRE ALARM INTEGRATION:

It is contractor’s responsibility to co ordinate with BMS, FA contractor for integration of the System
with central BMS & FA system. The necessary technical assistance, drawings, details shall be given
to BMS & FA System vendors.

17.8 IMPORTANT NOTES:

Shifting and Lifting of Equipment / Material:

The contractor shall submit the method statement well in advance on the methodology to be adopted
to unload, lift and position various equipments such as Pumps, pipes etc., to the project managers and
take his approval before executing the work. Notwithstanding approval from the project managers, the
overall responsibility of safety of the entire work rests with the Contractor only.

The approved method, instruments and equipments by the project managers only to be used.

The contractor shall responsible for any damage to the building or facade while
lifting/shifting/installation works and replace/repair at his cost.

The contractor shall be responsible for any damage to equipment, men and material while lifting and
shifting of equipment/material.

Contractor shall intimate well in advance the schedule of shifting of equipment and take permission
from project manager before carryout the work.

No extra cost shall be payable for lifting and shifting of equipment and materials.
The responsible, well-trained engineer/s shall be present at the time of shifting of equipment.

It is contractor's responsibility to take necessary permissions from the authorities, building owner to
shift the equipment.

The contractor shall be responsible for obtaining the necessary permits from the relevant authorities
for the operation of relevant Works or part thereof.

14 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

The Contractor shall at all times throughout the course of the contract comply with the requirements
of the above said rules and regulations. Should there be contained in this Specification something
inconsistent with the regulations of the above bodies, the Contractor shall draw such inconsistency to
the Consulting ENGINEER and obtain a further instruction from him before proceeding with any
related work. In case of any differences in the above standards, the more stringent standard shall apply.
The decision of the consulting ENGINEERS in these matters shall be final and accepted by the
contractor.

18.TECHNICAL SPECIFICATIONS
18.1 AUTOMATIC SPRINKLER SYSTEM

INTRODUCTION:

The scope of this section consists of but is not necessarily limited to supply, installation, testing and
commissioning of the Automatic Sprinkler system.

The Firefighting system shall comprise Automatic quick response Sprinkler System.

Pipes of NB 65 mm and above shall be jointed with grooved coupling while pipes of sizes of 50 mm
and below shall be joined with threading.

Complete upright sprinkler network with dummy provisions for the pendant sprinklers will be provided
by the Landlord. The scope of work under this work would involve minor alterations to route and
heights of pipework, provision of additional upright sprinklers wherever necessary, providing
additional tap offs for pendants wherever necessary, providing and fixing pendant sprinklers with
flexibles at all locations.

GENERAL REQUIREMENTS:

All materials shall be of the best quality conforming to the specifications and subject to the approval
of the Consultants.

Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance and shall
not cause obstruction in shafts, passages etc.

Pipes shall be securely fixed to ceilings by suitable clamps and supports (galvanized after fabrication)
at intervals specified. Only approved type of anchor fasteners shall be used for RCC slabs and walls /
floors etc.

Valves and other appurtenances shall be so located that they are easily accessible for operations, repairs
and maintenance. Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in
a neat workman like manner.

Pipe accessories such as gauges, meters, control devices, etc. shall have the same working pressure
rating as the associated pipe work. All pipe work shall be free from burrs, rust and scale and shall be

15 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

cleaned before installation. All personnel engaged on welding operations must possess a certificate of
competence issued by an acceptable / recognized authority.
IS CODES:

IMPORTANT INDIAN STANDARDS FOR FIRE FIGHTING SYSTEM


CODE DESCRIPTION
IS 1239-1968 Specifications for mild steel tube, tubular and other
(Part-I) steel pipe fittings.
IS 1239-1968 Specifications for mild steel tube, tubular and other
(Part-II) steel pipe fittings.
IS 3589-1981 Specification for electrically welded steel pipes for
water, gas and sewage.
IS 4736-1986 Galvanizing G.I. Pipes
IS 694-1990 PVC insulated cables for working voltages upto and
including 1.100 volts (third revision)
IS 778-1984 Copper alloy gate, globe and check valves for water
works purposes (fourth revision) (Amendment 2)
IS 901-1988 Specification for couplings, double male and double
female, instantaneous pattern for fire fighting (third
revision)
IS 937-1981 Specification for washers for water fittings for fire
fighting purposes (revised) (with amendment No, 1)
IS 1554-1988 Part 1 PVC insulated (heavy duty) electric cables (working
voltage upto and including 1100 volts (third revision)
IS 1554-1988 Part II PVC insulated (heavy duty) electric cables (working
voltage from 3.3 KV upto and including 11 KV
(second revision)
IS 1648-1961 Code of practice for fire safety of buildings (General)
Fire fighting equipment and its maintenance (with
amendment No.1)
IS 3624-1987 Pressure and vacuum gauges (Second revision)

PIPING

Pipes of following types are to be used:

The pipes shall be of Heavy grade GI ERW Pipes as per IS: 1239 Part-I, heavy grade up to 150 NB and
IS: 3589 for pipes of sizes 200 mm and above heavy grade GI ERW pipes with ISI mark in both the
cases.
Butt/Socket welded fittings shall be used for pipes 65mm and above, while Socket/threaded fittings shall
be adopted for pipes 50mm and below.

All piping system shall be capable of withstanding the maximum pressure arising from any condition of
testing (as stipulated) and operation, including water hammer effects.

All high point venting and low point drainage shall be provided in all sections of the pipe work to ensure
that no air pockets remain and the system can be fully drained and filled completely without air locks.

While erecting field run pipes, the contractor shall check the accessibility of valves, instrument tapping
points, and maintain minimum head room requirement and other necessary clearance from the adjoining

16 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

work areas.

Modification of prefabricated pipes, if any, shall have to be carried out by the contractor at no extra
charge to the Purchase / Employer. All pipelines shall be given proper slope towards the drain point.
External and internal attachment to piping shall be designed so as not to cause flattering of pipes of
excessive localized stresses. All pipelines shall be identified by means of color bands and direction
arrows in consultation with the Architect/Consultants.

SUPPORTS

Hangers and supports shall be capable of carrying the sum of all concurrently acting loads and the water
hammering effect. They shall be designed to provide the required supporting effects and allow pipelines
movements as necessary.

All supports shall be galvanized after fabrication and no welding on the support is allowed.

All horizontal pipes inside the floors shall be with U clamp, while the vertical pipes in shaft shall be with
either riser clamps or with U clamps fixed on MS channel (40X40X6). The thickness of the clamp and
the interval of supports shall be as per the table.

HORIZONTAL SUPPORTS

S.No Pipe Size - mm Threaded rod dia - mm Strip size - mm Distance between
hangars- m
1 25 10 1.5x20 2.4
2 32 10 1.5x20 2.4
3 40 10 1.5x20 2.4
4 50 10 1.5x20 2.4
5 65 10 2x32 3
6 80 10 2X32 3
7 100 10 2.5x32 3.4
8 150 12 3x40 3.4
9 200 12 3x50 3.4

VERTICAL SUPPORTS

S.No Pipe Size - Bolt Size - Support size - mm Distance Length - mm


mm mm between
hangars- m
1 25 M10 5x25 3 230
2 32 M10 5x25 3 260
3 40 M10 5x25 3 260
4 50 M10 5x25 3 260
5 65 M12 6X25 3 290
6 80 M12 6X25 3 290
7 100 M12 6X25 3 330

17 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

8 150 M16 6x40 3 380


9 200 M16 9x40 3 470

All guides, anchors, braces, expansion joint and structural steel to be attached to the building / structure
/ trenches etc., shall be provided. Type of hangers and components for all piping shall be selected by
Contractor and approval obtained from the Architect/Consultant before commencement of the work.

PIPE JOINTS

Butt/Socket welded fittings shall be used for pipes 65mm and above, while Socket/threaded fittings shall
be adopted for pipes 50mm and below.

Gas cutting is not acceptable for cutting holes on the pipelines, as this would lead to undercut holes
creating excessive pressure loss in the pipe lines. Suitable ‘T’ joints to be used for branching of pipes.

All piping system shall be capable of withstanding the maximum pressure arising from any condition of
testing (as stipulated) and operation, including water hammer effects.

Flanges and couplings shall be provided at suitable places in the network to facilitate the easy removal
of the fittings/ valves etc.

Before welding, the ends shall be cleaned by wire brushing, filing or grinding. Each weld- run shall be
cleaned of slag before the next run is welded.

Welding at any joint shall be completed uninterrupted. If this cannot be/ followed for some reason, the
weld shall be insulated for slow and uniform cooling. Welding shall be done by metal arc process.

As far as possible welding shall be carried out in flat position. If not possible, welding shall be done in a
position as close to flat position as possible. Before welding the V groove shall be made to avoid the slag
penetration into the system.

On completion of each run crater, weld irregularities, slag etc., shall be removed by grinding or chipping.
During the process of welding, all movements, shocks, vibration, or stresses shall be carefully avoided
in order to prevent weld cracks. Only Advani Oerlikon/ESAB welding rods are to be used for welding.

GROOVED COUPLING GROOVE SPECIFICATIONS (IF APPLICABLE)

Proper pipe end preparation and grooving is mandatory to prevent leakage and proper engagement of the
grooved coupling. Only cold rolled pipe fittings and pipes are allowed. Manufacturer’s installation
requirements shall be followed. The warranty for Grooved items shall be minimum of 10 years from date
of commissioning.

GROOVED FITTINGS:

Grooved Fittings shall be Cast Ductile iron, conforming to ASTM A-536 Grade 65-45-12 or Fabricated
Steel conforming to ASTM A-53 Grade B. Fittings shall have protective coating consisting of non-lead
red paint conforming to ASTM A-153. The maximum working pressure for these materials shall not
exceed the listing for the product. Fittings shall be UL listed and FM approved. All the grooved coupling

18 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

used shall be UL listed and FM approved.

DUCTILE IRON HOUSING SPECIFICATIONS:

ASTM A-536 – Standard Specification for Ductile Iron Casting Grade 65-45-12
Tensile Strength, minimum psi – 65,000 (448 MPa) Yield Strength, minimum psi – 45,000 (310 MPa)
Elongation in 2” (50mm), minimum 12%, ASTM A-153 – Standard Specification for Hot Dip
Galvanizing UL listing and FM approved

GASKET SPECIFICATIONS:

Grade ‘E’ EPDM shall conform to ASTM D-2000 for service temperature from -30°F to 230°F (-34°C
to 110°C).
A petroleum free silicone base lubricant shall be used. UL listing and FM approved.

BOLTS AND NUTS:

Coupling bolts and nuts are heat treated carbon steel, oval-neck track head bolts and heavy hex nuts,
conforming to ASTM A 183 with a minimum tensile strength of 110,000 psi.

Bolts and nuts are to be Zinc electroplated to ASTM B 633. The coupling should provide a rigid joint
by firmly gripping along the circumference of the pipe groove.

The angle pad design type coupling should not be used, as the sliding actions of the sliding pads result
in non-uniform point contacts of the groove and prevents complete circumferential contact of the
coupling keys with the bottom of the groove.
Couplings shall have protective coating consisting of non-lead orange paint or hot dipped galvanizing
conforming to ASTM A-153.

Coupling bolts and nuts shall be heat-treated carbon steel, oval-neck track head bolts and heavy hex nuts,
conforming to ASTM A-183 minimum tensile strength of 110,000 psi.

Bolts and nuts shall be Zinc electroplated. Gaskets selection for fire protection applications shall be based
on the environment in which these materials shall be installed.

MECHANICAL TEES:

Couplings shall have a Ductile iron Housing. Mechanical tees shall have protective coating consisting of
non-lead orange paint or hot dipped galvanizing conforming to ASTM A-153.

Mechanical tee bolts and nuts shall be heat-treated carbon steel, oval-neck track head bolts and heavy
hex nuts, conforming to ASTM A-183 minimum tensile strength of 110,000 psi.

Bolts and nuts shall be Zinc electroplated. Gaskets selection for fire protection applications shall be based
on the environment in which these materials shall be installed. The maximum working pressure for these
materials shall not exceed the listing for the product.

19 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

For sprinkler outlets Mechanical outlet coupling shall be used. It will eliminate the need for a mechanical
tee or a reducing tee and associated couplings. This coupling shall be with grooved, male-threaded, or
female-threaded outlets.
FLANGE ADAPTER:

Flange adapters shall be UL listed and FM approved. Couplings shall have a Ductile iron Housing. Flange
adapters shall have protective coating consisting of non-lead orange paint or hot dipped galvanizing
conforming to ASTM A-153. Flange adapter bolts and nuts shall be heat-treated carbon steel, conforming
to ASTM A-183 minimum tensile strength of 110,000 psi.

Bolts and nuts shall be Zinc electroplated. Gaskets selection for fire protection applications shall be based
on the environment in which these materials shall be installed. The maximum working pressure for these
materials shall not exceed the listing for the product.

INSTALLATION SUPPORT

Tender drawings indicate schematically the size and location of pipes. The Contractor, on the award of
the work, shall prepare detailed working drawings, showing the cross-sections, longitudinal sections,
details of fittings, locations of isolating and control valves, drain and air valves, and all pipe supports.

Piping shall be properly supported on, or suspended from, on stands, clamps, hangers as specified and as
required. The Contractor shall adequately design all the brackets, saddles, anchor, clamps and hangers,
and be responsible for their structural stability.
All pipe work shall be carried out in a proper workman like manner, causing minimum disturbance to
the existing services, buildings, roads and structure. The entire piping work shall be organized in
consultation with other agencies work, so that area can be carried out in one stretch. Cantilever type pipes
shall be supported at minimum of 300mm from the end.

PAIINTING

Above ground pipes shall be coated with one coat of red oxide primer and 2(two) coats of synthetic
enamel of `Fire Red' colour. The pipe line surfaces shall be manually cleaned of rust / mill scales by
wire brush, carborandum tips etc., Use of Whipping hammer, emery paper shall be done to clean pitted
areas.

VALVES

BUTTERFLY VALVES

The butterfly valves shall be as per IS 13095. The minimum working pressure of the valve shall be 235
PSI (PN16). These valves shall be of slim seal type, suitable for mounting between appropriate flanges,
lever operated with CI body, SG iron disc and integrally moulded EPDM seal.

BALL VALVES

Ball valves shall be used only on the pipe lines less than 50mm as per the design drawings. These valves
shall have threaded connection and shall be FM approved. The body shall be brass with nickel plating.
The lever handle shall be made of steel with corrosion resistant treatment along with a plastic sleeve.

20 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

The ball shall be forged brass ball with nickel and chrome coating with PTFE self lubricating seals.

INSPECTION TEST CHAMBER & DRAIN VALVE

These valves shall be UL listed and FM approved. The valve shall be made of brass body, nickel plated
brass ball with PTFE ring. The valve shall be PN 16 rated and shall be with inlet and outlet threaded
connection. The K factor of the valve shall be 80.

QUICK RESPONSE SPRINKLER:

Quick response sprinkler shall be provided for room void and ceiling void. Stainless steel escutcheon
plate shall be provided for the sprinklers installed below false ceiling area. The sprinklers shall be UL
/FM Global approved.

Sprinkler heads shall be of quick response type and shall be made of brass/quartzoid bulb sufficiently
strong, in compression to withstand any pressure, surge or hammer likely to occur in the system. The
yoke & body shall be made of high quality gun metal brass with arms streamlined to ensure minimum
interference with the spread of water. The deflector of suitable design shall be fitted to give even
distribution of water over the area commanded by the sprinkler.

The bulb shall contain a liquid having a freezing point below any natural climatic figure and a high co-
efficient of expansion. The temperature rating of the sprinkler shall be stamped on the deflector & the
color of the liquid filled in the bulb shall be according to the temperature rating as per NFPA standard.
The sprinkler heads shall be of type & quality approved by the local fire brigade authority. The inlet shall
be screwed.

The sprinkler shall have 12.7mm nominal size of the orifice for moderate hazard. The orifice size shall
be marked on the body or the deflector of the sprinkler.

Sprinklers shall not be reconditioned or repaired. Used and/or defective sprinklers shall be replaced by
new ones. Sprinkler shall not be painted except for the identification purposes. They shall not be altered
in any respect nor have any type of ornamentation or coating.

OPERATING TEMPERATURE:

The Operating temperature, at which the quartzoid bulb of the sprinkler head shall actuate, shall be 68
degree C or as specifically mentioned.

SPRINKLER INSTALLATION:

Sprinkler heads shall be located in positions shown on the drawings. While Slight relocation may result
from building construction features or interference from other services, the maximum spacing between
sprinkler heads and coverage area shall not exceed those stipulated in the TAC regulations and the NFPA
13-2013 Rules.
Allowance shall be made for such relocations within a radius of 1500mm of the indicated positions
without additional cost. The fire protection services trade shall co-ordinate with the ceiling trade to set

21 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

out the sprinkler locations to suit the site location of the unit grid. In general, all sprinklers shall be located
at the center of the ceiling unit and a provision of about 10% more sprinklers and pipe work than required
in TAC and NFPA Rules shall be included in this sub-contract.
Chrome plated wire mesh guards shall be used to protect the sprinkler heads which are prone to
mechanical damage as per the drawing.

Chrome plated rosette plates shall be used only wherever there is false ceiling. And model of rosette plate
shall be as per consultant/ architects approval.

FLOW REQUIREMENTS:

The flow requirement for sprinkler heads shall be specifically approved for the designated area of
installation.

FLOW SWITCH:

Flow switches shall be mounted in each branch taken from the riser to detect the flow of water. Flow
switch shall accommodate a micro switch with at least 2 NO and 2 NC contacts and the same shall be
actuated by metallic bellows sealed pivoted paddle. The instrument shall be weather proof with IP52
when the cover and suitable cable gland are properly fixed. The flow switch shall be suitable for mounted
on 150 mm dia pipe line. The flow switches shall be provided for sprinkler system.
Flow switch indication shall be with adjustable time delay.

Flow switch shall have a paddle made of flexible and sturdy material of the width to fit within the pipe
bore. The terminal box shall be mounted over the paddle/pipe through a connecting socket. The switch
shall be able to trip and make/break contact on the operation of a single sprinkler head. The terminal box
shall have connections for wiring to the input module of the Addressable Fire Alarm System. The flow
switch work at a triggering threshold band width (flow rate) of 4 to 10 GPM. Further, it shall have a

`Retard’ to compensate for line leakage or intermittent flows.

PRESSURE GAUGE:

Pressure gauge sensing elements shall be of continuous `C' bourdon type. Gauges shall be of 150 mm
diameter dial stored enamel black finish case. Normal process pressure shall be gauged within 70% of
full scale reading of the scale range. Accuracy shall be within 1.0% of full scale range. Gauges shall have
internal and external stop pegs for cover range protection of 125% of maximum range and zero point
respectively. All gauges shall have bottom connection for local mounting. All gauges shall be provided
with 3 way gauge isolation valve or lock union nut, with nipple and tail pipe, wherever required.

FLEXIBLE HOSE:

Flexible sprinkler hoses shall be Braided with threaded end fittings shall be designed for a minimum
rated working pressure of 175 psi (1205 kPa).These shall be UL approved.

Flexible sprinkler hose with threaded end fittings covered by this standard shall be a nominal 3 /4, 1, 1-
1/4 or 1-1/2 in. diameter. The smallest inside diameter allowed for the flexible sprinkler hose is 0.75 inch
(19.05 mm).

22 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

A flexible sprinkler hose assembly, including end connections, shall have a maximum length of 6 ft (1.8
m). Both ends of the flexible sprinkler hose assembly shall come equipped with end connections.
All flexible sprinkler hoses shall have end connections such that they cannot be interconnected to create
longer lengths.

Flexible sprinkler hoses with threaded end fittings submitted for testing shall be true production samples
and shall be free of sharp edges, burrs, or other imperfections which might injure the installer or interfere
with proper assembly of the unit. Threaded end fittings on flexible sprinkler hose shall be fabricated from
metal.

Flexible sprinkler hoses with threaded end fittings shall be with stainless steel internal bellows.Technical
data sheets shall be provided by all manufacturers.

All materials used in these hoses shall be suitable for the intended application. Hose parts exposed to
water shall be constructed of corrosion resistant materials. When non-standard or unusual materials are
used, special tests may be necessary to verify their suitability.
Coupling used between the flexible hose & the concealed sprinklers should be GI type only and not any
brass couplings.

SYSTEM DESIGN:

The entire sprinkler installation shall be designed to make it a hydraulically balanced system. The
pressure requirement at typical floors index sprinkler shall be designed between 2.5 bar and 3.5 bar.

PRESSURE TESTING:

After the necessary new pipework is installed, alteration works completed , flexibles and sprinklers
installed, entire pipe line including the pipework which has been completed by the landlord shall be
subjected to a hydrostatic test at 12bar for a minimum period of twenty four hours.

The test should be made in the presence of and to the satisfaction of the Employer's / Consultant's
representative. Defects noticed in the test should be repaired or if necessary defective work should be
replaced with new work. Tests shall be repeated until work is done satisfactorily.

23 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

19. PRE ACTION SYSTEM

Introduction
The scope of this section consists of but is not necessarily limited to supply, installation, testing and
commissioning of the Pre action Sprinkler system. The philosophy of the system is as follows:
a. Contractor shall ensure Hydro Testing for the complete system.

b. Contractor to submit hydraulic calculation for the piping system

Double interlock pre action systems are designed for applications in critical room that require the
maximum degree of protection against an inadvertent operation that could result in unnecessary
flooding of the sprinkler system piping. The double interlock system consists of a deluge valve
and swing check valve with releasing trim featuring both a solenoid valve and a dry pilot actuator
in a series configuration. The swing check valve isolates the body of the deluge valve from the
system air or nitrogen pressure that holds the dry pilot actuator closed. The solenoid valve remains
closed until it is electrically energized by a deluge releasing panel that responds to the operation
of a fire detection device.

In order to actuate the double interlock pre action system, two independent events, caused by a
fire condition, must occur. The sprinkler system piping must lose air or nitrogen pressure due to
the operation of one or more sprinklers, and the deluge releasing panel must energize and open
the solenoid valve upon the operation of a fire detection device.

19.01 General Requirements


The pre action system will consists of a sprinkler line, sprinkler bulbs, pre action release panel,
deluge valve, butterfly valves, air compressor & associated accessories such as pressure
regulator, reset tool, check valve, electric solenoid trim, pneumatic trim, low pressure alarm
switches, associated piping, manual over ride lever & valves. Pre assembled system is available
and is recommended for easy installation at site.
All materials shall be of the best quality conforming to the specifications and subject to the
approval of the Consultants.
Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance and
shall not cause obstruction in shafts, passages etc.
Pipes shall be securely fixed to ceilings by suitable clamps and supports at intervals specified.
Only approved type of anchor fasteners shall be used for RCC slabs and walls / floors etc.
Valves and other appurtenances shall be so located that they are easily accessible for operations,
repairs and maintenance.
Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workman like manner.
Pipe accessories such as gauges, meters, control devices, etc. shall have the same working

24 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

pressure rating as the associated pipe work. All pipe work shall be free from burrs, rust and scale
and shall be cleaned before installation. All personnel engaged on welding operations must
possess a certificate of competence issued by an acceptable / recognized authority.

19.02 TECH SPECIFICATIONS

19.02.1 Water Control Valve


The deluge systems shall utilize a 90° pattern or straight-through pattern type of deluge
valve. The deluge valve shall be externally resettable by using a reset tool. The deluge
valve shall employ a positive vent on the priming line to ensure that the deluge valve will
not prematurely reset. The inlet and outlet connections of deluge valve can be flanged
by flanged, flanged by grooved or grooved by grooved, respectively. The deluge valve
shall be capable of installation in the vertical or horizontal position. The deluge valve
shall be UL Listed and Factory Mutual Approved. The deluge valve shall have a working
pressure of Minimum 250 PSI. The valve trim shall be compatible and shall be installed
following the manufacturer’s specifications.
Fire Alarm System
The release system shall be fully compatible with the analog addressable fire alarm
system. Upon detection of at least 2 detectors, the fire alarm system shall send a signal
to the deluge valve release panel through the addressable control module.

25 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

19.02.2 Deluge Valve Release Panel

The deluge valve release panel shall be capable of double interlock release. The release panel
shall be equipped with a local tone alarm to annunciate loss of A/C power, system trouble, circuit
trouble and low auxiliary D/C power supply. The release panel shall be capable of supervising
trouble and alarm audible alarms. The trouble and alarm audible alarms shall be able to be
silenced at release panel. The release panel shall be housed in a vented enclosure with ambient
temperature compatibility of 5 Deg C to 45 Deg
A.The panel enclosure shall be of adequate size to house a battery backup of atleast 8 hours.
19.02.3 Solenoid Valve

The deluge valve priming water release device shall be an electrically operated solenoid valve.
The solenoid valve shall be constructed of a ½" brass body with a stainless steel core tube, core,
plug nut and springs. The solenoid valve shall have a working pressure of 250 PSI. The solenoid
valve shall be UL Listed for its intended use. The Solenoid Valve shall be listed for use with the
quoted Deluge Valves and Flow Control Valves.
19.02.4 System Control Valve

The preaction system control valve shall be a listed indicating type valve. The control valve shall
be UL Listed and Factory Mutual Approved for fire protection installations. The system control
valve shall be rated for normal system pressure but in no cases less than 175 PSI.
19.02.5 System Check Valve

Check valves shall be UL Listed / Factory Mutual Approved for use on fire protection systems.
The sprinkler riser check valves shall be manufactured with supply side and system side gauge
connections and a main drain outlet in conformance with N.F.P.A. 13, Standard for Installation of
Sprinkler Systems. The check valves shall be constructed of a ductile iron body with a brass seat
and a rubber faced clapper assembly hinged to a removable access cover. The check valves shall
be equipped with a removable access cover for periodic inspection as required in N.F.P.A. 25,
Standard for Inspection, Testing and Maintenance of Water-Based Fire Protection Systems. The
check valves shall have a working water pressure of minimum 250 PSI.
19.02.6 Quartzoid bulb automatic Dry Type Sprinkler

Sprinkler heads shall be made of brass / quartzoid bulb sufficiently strong, dry type, in
compression to withstand any pressure, surge or hammer likely to occur in the system. The yoke
& body shall be made of high quality gun metal brass with arms streamlined to ensure minimum
interference with the spread of water. The deflector of suitable design shall be fitted to give even
distribution of water over the area commanded by the sprinkler.
The bulb shall contain a liquid having a freezing point below any natural climatic figure and a
high co- efficient of expansion. The temperature rating of the sprinkler shall be stamped on the
deflector & the colour of the liquid filled in the bulb shall be according to the temperature rating
as per NFPA standard. The sprinkler heads shall be of type & quality approved by the local fire
brigade authority. The inlet shall be screwed

26 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

The sprinkler shall be K 160, Extended coverage type sprinkler suitable for high hazard. The
orifice size shall be marked on the body or the deflector of the sprinkler.
Metal guards for protection of sprinkler against accidental or mechanical damage shall be
provided as desired by the Project Manager.
Sprinklers shall not be reconditioned or repaired. Used and/or defective sprinklers shall be
replaced by new ones. Sprinkler shall not be painted except for the identification purposes. They
shall not be altered in any respect nor have any type of ornamentation or coating.
The Operating Temperature, at which the quartzoid bulb of the sprinkler head shall actuate, shall
be 68 degree C or as specifically mentioned.

19.02.7 Compressed Air Supply

An air supply capable of restoring system pressure within minutes shall be provided. An oil free
compressor of at least 0.5HP capacity with at least 25 lts tank capacity. The compressor shall also
come with the complete air maintenance device system and other associated piping. The systems
shall have the required regulator to maintain the pipeline pressure of 20 psi pressure (or) as
specified by the deluge valve system manufacturers. The system (thro the pressure supervisory
switch) shall send a signal to the deluge valve release panel when the pressure is dropped due to
breakage of sprinkler. The Air Compressor shall be part of the fully factory pre assembled pre
action deluge system.
19.02.8 Pressure Supervisory Switch

A supervisory air pressure shall be maintained on all preaction systems with 25 sprinklers or more
on the system piping. A low air pressure alarm will activate by way of a pressure supervisory alarm
pressure switch. The low air pressure alarm switch shall be compatible with system devices. The
low air pressure alarm switch enclosure shall be UL Listed and Factory Mutual Approved for the
application in which it is used. The low air pressure alarm switch shall have the ability to be wired
for Class A or Class B service.
19.02.9 Alarm Pressure Switch

Water flow will activate an alarm by way of an alarm pressure switch. The alarm pressure switch
shall be compatible with the system devices. The alarm pressure enclosure shall be UL Listed /
Factory Mutual Approved. The alarm pressure switch shall have the ability to be wired for Class
A or Class B service.
19.02.10 Water Motor Alarm

Water flow will activate a hydraulic powered water motor alarm by way of integral valve alarm
line trim piping. The water motor alarm shall be connected to a water pressure retarding chamber
to limit the propensity of unnecessary alarms. The water motor alarm shall be equipped with a
rear closure plate to limit the access of foreign materials or accumulation of debris. The water
motor alarm shall be UL Listed
/Factory Mutual Approved for the application in which it is us

27 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

19.02.11 Fire Alarm System

The release system shall be fully compatible with the analog addressable fire alarm system. Upon
detection of at least 2 detectors, the fire alarm system shall send a signal to the deluge valve release
panel thro the addressable control module.

28 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

20. EXTINGUISHER

1. Portable Fire Extinguisher Dry Chemical Powder (6Kg ABC Stored


Pressure Type) With Hose

The extinguisher shall meet the following specification


6Kg ABC dry powder (stored pressure) type extinguisher , Pressurized with dry Nitrogen gas
at 15 bar, Design, construction and testing as per IS 15683:2018 with Fire rating 4A 144B,
Cylinder made of MS, Body hydrotested at 35 bar, Operating temperature -30°C to +60°C,
Operating pressure 15 Bar, Internal and external pure polyester anti corrosion powder coating
with PO Red Shade No. 538 of IS 5, Squeeze Grip CE marked Valve made of forged brass with
nickel chromium plating, In built pressure release device & NRV at pressure gauge mounting
port, EPDM Hose, PVC Siphon Tube, Stainless Steel safety pin, Plastic nozzle, Supplied with
standard accessories, UV resistant Vinyl label, QR code for product traceability.

THE FOLLOWING INFORMATION SHALL BE MARKED ON THE EXTINGUISHER:


A. Manufacturer's name
B. Method of operation in prominent letters
C. The words “dry chemical powder – ABC stored pressure type”
D. Capacity
E. Date of refill / pressure check
F. Source, year of manufacture of the cylinder and its test pressure
G. Body dia, full weight, hose length.

2. Portable Fire Extinguisher CO2 (4.5Kg) With Hose

The extinguisher shall meet the following specification

Kg CO2 extinguisher, Design, construction and testing as per IS 15683:2018 with Fire rating 55B, Operating
temperature -30°C to +60°C, supplied with seamless cylinder bearing IS 7285 mark and approved by CCoE
tested at 250 kgf/cm2, fitted with ISI marked & CCoE approved TWOPIECE SPINDLE VALVE as per IS
3224, CO2 Gas as per IS: 15222 filled in inhouse facility approved by PESO, externally painted with PO Red
Shade No. 538 of IS 5 in addition to the red primer finish, Aluminium Syphon Tube, ALUMINIUM COLLAR
and HAND WHEEL, Horn type Rubber Hose with conductive wires for grounding static, DOUBLE
MOUNTED HANDLE, Supplied with standardaccessories,

29 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

THE FOLLOWING INFORMATION SHALL BE MARKED ONTHE EXTINGUISHER:

A. Manufacturer's name
B. Method of operation in prominent letters
C. The words “dry chemical powder –co2stored pressure type”
D. Capacity
E. Date of refill / pressure check
F. Source, year of manufacture of the cylinder and its test pressure
G. Body dia,full weight,hose length.

3. Portable Clean agent (2Kg)

The extinguisher shall meet the following specification


2Kg clean Agent Stored Pressure Fire Extinguisher, Design, construction and testing as per IS
15683:2018 with Fire rating 1A 21B, Deep drawn cylinder body, Internal and external surface of
cylinder pure polyester powder coated for corrosion resistance, Operating temperature -30°C to
+60°C, UL Listed HFC-236fa agent pressurised to 8 Bar, Squeeze Grip CE marked Valve made
of forged brass with nickel chromium plating, In built pressure release device & NRV at pressure
gauge mounting port, PVC Siphon Tube, Stainless Steel safety pin, Plastic nozzle, UV resistant
Vinyl label, QR code for product traceability.

THE FOLLOWING INFORMATION SHALL BE MARKED ON THE EXTINGUISHER:


A. Manufacturer's name
B. Method of operation in prominent letters
C. The words “dry chemical powder –co2stored pressure type”
D. Capacity
E. Date of refill / pressure check
F. Source, year of manufacture of the cylinder and its test pressure
G. Body dia,full weight,hose length.

4. Portable Clean agent (4Kg)

The extinguisher shall meet the following specification

4Kg Clean Agent Stored Pressure Fire Extinguisher, Design, construction and testing as per IS
15683:2018 with Fire rating 2A 34B, Deep drawn cylinder body, Internal and external surface of
cylinder pure polyester powder coated for corrosion resistance, Operating temperature -30°C to
+60°C, UL Listed HFC-236fa agent pressurised to 8 Bar, Squeeze Grip CE marked Valve made
of forged brass with nickel chromium plating, In built pressure release device & NRV at pressure
gauge mounting port, EPDM Hose, PVC Siphon Tube, Stainless Steel safety pin, Plastic nozzle,
UV resistant Vinyl label, QR code for product traceability.

30 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

THE FOLLOWING INFORMATION SHALL BE MARKED ON THE EXTINGUISHER:


A. Manufacturer's name
B. Method of operation in prominent letters
C. The words “dry chemical powder –co2stored pressure type”
D. Capacity
E. Date of refill / pressure check
F. Source, year of manufacture of the cylinder and its test pressure
G. Body dia,full weight,hose length.

5. Modular type 10Kg Clean agent ceiling mounted

The extinguisher shall meet the following specification


Clean Agent MODULAR type 10 kg capacity Ceiling Mount fire extinguisher pressurized with
DryNitrogen gas at 8 bar, Anti-corrosive Treatment Powder Coated Cylinder, Body Hydrotested
at pressure 35 kgf/cm2, Standard Bulb temperature 68°C, UL Listed HFC-236fa agent, Operating
temperature -30°C to +60°C, UV resistant Vinyl label, QR code for product traceability.

THE FOLLOWING INFORMATION SHALL BE MARKED ON THE EXTINGUISHER:


A. Manufacturer's name
B. Method of operation in prominent letters
C. The words “dry chemical powder –co2stored pressure type”
D. Capacity
E. Date of refill / pressure check
F. Source, year of manufacture of the cylinder and its test pressure
G. Body dia,full weight,hose length.

6. Portable 6Ltr F-class extinguisher

The extinguisher shall meet the following specification


6ltr F-Class (Stored Pressure) Type Fire Extinguisher, pressurized with dry Nitrogen gas at 12 bar,
Design, construction and testing as per IS 15683:2018 with Fire rating 25F, SS304L body, Wet
Chemical tested as per ANSI/UL-711, Body Hydrotested at 35 bar, Operating temperature +5°C
to +60°C, EPDM Hose, Stainless Steel Syphon Tube, Stainless Steel safety pin, specially designed
SS spray nozzle, Supplied with standard accessories, UV resistant Vinyl label, QR code for product
traceability.

THE FOLLOWING INFORMATION SHALL BE MARKED ON THE EXTINGUISHER:


A. Manufacturer's name
B. Method of operation in prominent letters
C. The words “dry chemical powder –co2stored pressure type”

31 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

D. Capacity
E. Date of refill / pressure check
F. Source, year of manufacture of the cylinder and its test pressure

7. Mechanical Foam extinguisher

The extinguisher shall meet the following specification


9L Mechanical Foam (CO2 Cartridge) Type Fire Extinguisher, Design, construction and testing
as per IS 15683:2018 with Fire rating 6A 144B, Cylinder made of MS, Body hydrotested at 35
bar, Operating temperature +5°C to +60°C, Valve with safety release mechanism, Internal and
external pure polyster anti corrossion powder coating with PO Red Shade No. 538 of IS 5,
Supplied with ISI marked Minimax Gas Cartridge 60 gm as per IS:4947, PVC Braided Hose,
Stainless Steel Siphon Tube, Stainless Steel safety pin, Supplied with standard accessories, UV
resistant Vinyl label, QR code for product traceability.

THE FOLLOWING INFORMATION SHALL BE MARKED ON THE EXTINGUISHER:


A. Manufacturer's name
B. Method of operation in prominent letters
C. The words “dry chemical powder –co2stored pressure type”
D. Capacity
E. Date of refill / pressure check
F. Source, year of manufacture of the cylinder and its test pressure

32 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

21.PREAMBLES TO BILL OF QUANTITIES


NOTES:

1. All items of work under this contract shall be executed strictly to fulfill the
requirements laid down in the specifications. Type of Equipment, material
specifications, methods of installation and testing, and type of controls shall be
in accordance with the Specifications, approved shop Drawings and the
relevant Standards; however, capacity of each component and their quantities
shall be such as to fulfill the above-mentioned requirement.

2. The rate for each item of work included in the Bill of Quantities shall, unless
expressly stated otherwise, include cost of:

a) All materials, fixing materials, accessories, appliances, tools, plants,


equipment, transport, labour and incidentals required in preparation for
and in the full and entire execution, testing, balancing, commissioning
and completion of the work called for in the item and as per
Specifications and Drawings.

b) Wastage on materials and labour.

c) Loading, transporting, unloading, handling / double handling, hoisting


to all levels, setting, fitting and fixing in position, protecting, disposal
of debris and all other labour necessary in and for the full and entire
execution and to fully complete the job in accordance with the contract
documents, good practice and recognized principles.

d) Liabilities, obligations and risks arising out of Conditions of Contract.

e) All requirements of Specifications, whether such requirements are


mentioned in the items or not. The Specifications and Drawings where
available, are to be read as complimentary to and part of the Bill of
Quantities and any work called for in one shall be taken as required
for all.

f) In the event of conflict between Bill of Quantities and other documents


including the Specifications, the most stringent shall apply and the
interpretation of the PM / Consultants shall be final and binding.

3. The vendor shall indicate the quantum of customs duty, GST and any other
taxes or levies considered on the major equipment if applicable and also
including forwarding, freight and insurance upto Contractor’s store at site,
storage, installation, testing balancing, commissioning and other works
required.

33 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

The extension for (total) amounts against each item shall be based on the
quantities indicated in this Schedule.

4. All equipment, quantities and technical data indicated in this Schedule are for
the Contractor’s guidance only; these are based on the documents prepared by
the Architect. This Schedule must be read in conjunction with these
documents. The Contractor shall be paid for the actual quantity of work
executed by him in accordance with the approved Shop Drawings at the
contract rates. All measurements for fittings, bends and valves etc. shall be
taken along the centre line.

5. The quantities given in this schedule are provisional, the Owner reserves the
right to increase or decrease the quantities of work or to totally omit any items
of work and the Contractor shall not be entitled to claim any extras or damages
on these grounds. The variations shall be permitted until such time Contractors
shop drawings are approved.

6. This Schedule shall be fully priced and the extensions and totals duly checked.

7. No alteration whatsoever is to be made to the text or quantities of this Schedule


unless such alteration is authorized in writing by the PM / Consultants. Any
such alterations, notes or additions shall, unless authorized in writing, be
disregarded when tender documents are considered.

8. In the event of an error occurring in the amount column of the Schedule, as a


result of wrong extension of the unit rate and quantity, the unit rate quoted by
the tenderer shall be regarded as firm and the extensions shall be amended on
the basis of the rates.

9. Any errors in totaling in the amount column and in carrying forward totals shall
be corrected. Any error, in description or in quantity or omission of items from
this schedule shall not vitiate this Contract but shall be corrected and deemed
to be a variation required by the PM / Consultants.

10. No extra cost shall be paid for design / design verification, documentation, site
inspection, mock-up, samples etc.,

34 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

22.LIST OF APPROVED MAKES


Instruction to bidders:
Submit catalogues with the offers.
Produce test certificates for equipment/material supplied with bills for certification.

LIST OF APPROVED MAKES


S.no Description Approved Makes
1 GI Pipes Jindal / TATA
2 Welded Fittings Elco / Mech / New
Elco / Mech / New / Bharat Forge /
3 Threaded fittings
B&M / Sant
4 Grooved Fittings Tyco/ Victaulic / Grinnell
5 Pressure Gauge Waree/Forbes Marshall/ Wika
6 Flexible Pipes Tyco / Viking / Easyflex/Victaulic
7 Sprinkler Heads Tyco / Viking
9 Flow Switch Danfoss / Tyco / System sensor
10 Butterfly Valves with Tamper switch Audco / Advance / HDFire
11 ITC Giacomini / Tyco / Viking
12 Paint Berger / ICI/Asian Paints
13 Ball Valves RB/Audco/L&T/Cimberio
14 Fully Fabricated assembled Tyco / HD Fire /
Preaction unit
15 Y Strainer Sant or Equivalent
16 Fire Extinguisher Ceasefire / Minimax / Safex /
Kanex

35 | P a g e
M/s. HDFC BANK PVT LTD Architects: SARA INTERIORS PVT. LTD
Specification: FIRE FIGHTING WORKS MEP Consultants: IBS Gulf Design Pvt Ltd

23.DEVIATION

Sl. No Reference Tender Specification Deviation


Page
1

36 | P a g e

You might also like