NIT ESCI KotaRecall
NIT ESCI KotaRecall
NIT ESCI KotaRecall
C.P.W.D.
INDEX
Name of Work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 1- A.E.(E) / A.E.(C)
SL. DESCRIPTION PAGE
NO. NOS.
22. List of Preferred Makes (E&M Work) (Annexure-I) 111 – 116
23. Authority Letter for Payment to Third Party (Annexure-VII) 117
24. Standard Operating Procedures (SOPs) and Guidelines for 118 – 128
Construction Site for COVID-19 Outbreak (Annexure-VIII)
PART – C (Civil Work)
25. Schedule A, B, C, D, E, F (Minor Component) 129 – 137
26. Additional Conditions for Civil Work 138 – 161
27. Additional Specifications for Civil Work 162 – 173
28. Special Conditions regarding Royalty of Materials to be used in 174 – 176
Construction work
29. Preferred Makes of Materials for Civil Works (Annexure-II) 177 – 180
30. Guarantee Bonds/Affidavit for Work (Annexure-V & VI) 181 – 184
31. Schedule of Quantity (Electrical Work) 185 – 198
32. Schedule of Quantity (Civil Work) 199 – 205
33. Financial Bid Sheet 206
NIT approved for Rs. 2,05,12,829/- (Rupees Two Three Crore Five Lakh Twelve
Thousand Eight Hundred Twenty Nine Only) and containing page 1 to 206.
Chief Engineer
CPWD, Jaipur
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 2- A.E.(E) / A.E.(C)
TENDER NOTICE
The Executive Engineer (Elect.), CPWD, Jaipur on behalf of the President of India
invites online percentage rate bids from approved and eligible composite category contractors
of CPWD for the following work:
The tender forms and other details can be obtained from the website
www.tenderwizard.com/CPWD and www.eprocure.gov.in.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 3- A.E.(E) / A.E.(C)
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING
The Executive Engineer (Elect.), CPWD, Jaipur on behalf of the President of India
Re-invites online percentage rate bids from approved and eligible composite category
contractors of CPWD for the following work:
S. NIT Name of work Estimated Earnest Stipulated Last date of Date & time
No. No. & cost Money Period of online of opening
Location put to bid Completion submission of bid
(Rs.) of work (in of
months) bid, copy of
receipt of
deposition
of
original
EMD and
other
documents
as specified
in the bid
document.
1 2 3 4 5 6 7 8
1 Supplying, Composite : Rs. 06 (Six) Up to 8.30 At 9.00 PM
Installation, Rs. Months PM on on
05/CE/Jaipur/2021-
1. A pre-bid conference shall be held in the O/o Chief Engineer (Jaipur), CPWD,
Nirman Bhawan, Sector-10, Vidyadhar Nagar, Jaipur on .................(XXX)* for
clarifications relating to the work, if any.
2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of
all the documents required.
3. Information and Instructions for bidders posted on website shall form part of bid
document.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 4- A.E.(E) / A.E.(C)
5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding
process as per details available on the website.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting
rate in figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is
left blank the same shall be treated as “0”. Therefore, if any cell is left blank and no
rate is quoted by the bidder, rate of such item shall be treated as “0” (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does
not quote any percentage above/below on the total amount of the tender or any section
/ sub head in percentage rate tender, the tender shall be treated as invalid and will not
be considered as lowest tenderer.
Contractor must ensure to quote his percentage rate (above/below) in the attached
schedules.
10. The department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too many bids are received satisfying the laid down criterion.
12. The tenderer should also read the General Conditions of Contract for CPWD Works
2020 Maintenance Works amended upto date (available on CPWD above
websites), which is available as Govt. of India Publications.
13. Tenders with any condition including that of conditional rebates in the tender
document shall be rejected forthwith.
14. If a tenderer does not quote any percentage above/below/at par on the total amount of
the tender or any section/sub head in percentage rate tender, the tender shall be treated
as invalid and will not be considered as lowest tenderer.
15. The bids will be submitted upto 8:30 PM on 11/02/2022*. The bid submitted shall
be opened at 9.00 PM on 11/02/2022*.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 5- A.E.(E) / A.E.(C)
16. GST, purchase tax, turn over tax, Excise duty, work contract tax or any other tax as
applicable shall be paid by the contractor himself. The contractor shall quote his rates
considering all such taxes. The TDS (tax deduction at source) shall be done from bill
payments to the contractor as per Government law and rules.
17. If any information furnished by the applicant is found incorrect at a later stage, he
shall be liable to be debarred from tendering/ taking up of works in CPWD. The
Department reserves the right to verify the particulars furnished by the applicant
independently.
18. The tenderer should not have been blacklisted or penalized by any Central
Government/State Government Offices/PSUs. A self certificate / declaration in this
effect is required to be scanned and uploaded while participation in tendering
process.
19. List of Documents to be scanned and uploaded by bidder within the period of bid
submission :
I. Treasury Challan /Demand Draft / Pay order or Banker`s Cheque / Deposit at Call
Receipt/ FDR/ Bank Guarantee of any scheduled Bank against EMD,and hard copy of
the same EMD have to be deposited physically in Division Office of any Executive
Engineer inviting bids or division office of Executive Engineer, CPWD within the
period of Bid submission. The same should also be Scanned and Uploaded by the
intending bidders.
II. Copy of receipt for deposition of original EMD issued from division office of any
Executive Engineer, CPWD (including NIT issuing EE/AE), CPWD.
III. Enlistment Order of the Contractor in CPWD in Composite Category and
valid on the date of opening of tender.
III. GST Registration Certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall
scan and upload following undertaking along with bid documents.
"lf work is awarded to me, l/we shall obtain GST registration certificate, as
applicable, within one month from the date of receipt of award letter or before
release of any Payment by CPWD, whichever is earlier, failing which l/we
shall be responsible for any delay in payments which will be due towards
me/us on account of the work executed and/or for any action taken by CPWD
or GST department in this regard".
IV. Copy of Electrical license of eligible class of the bidder. In case, bidder
doesn’t have electrical license, he shall submit an undertaking that “I/We will
either obtain valid electrical license at the time of execution of electrical work
or associate contractors having valid electrical license of eligible class.”
V. Site Inspection Self Certificate / Declaration
VI. Any other document as specified in the NIT.
21. The agency has to make a Site Office alongwith Site Laboratory of 30 sqm area
approximately within 30 days from the start of work. If he completes after 21
days than recovery @Rs. 1,000/- per day shall be made and if he fails to make
Site office alongwith Site Laboratory than recovery shall be made for 30 sqm
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 6- A.E.(E) / A.E.(C)
@Rs. 10,000/- per sqm. The directions shall be given by the Engineer-in-charge
alongwith the award letter.
22. The contractor has to follow "Standard Operating Procedures (SOPs) and
Guidelines for Construction Site for COVID-19 Outbreak" issued vide DG,
CPWD, New Delhi O.M. No. 2/9/2020-WII/DG/169 dated 05.05.2019 (Annexure –
VIII) and any other Govt. directions in this regard from time to time until the
effect of COVID-19. Therefore, it is suggested to go through the above said
guidelines before submitting the tender.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 7- A.E.(E) / A.E.(C)
Receipt of deposition of original EMD
2 Form of EMD
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 8- A.E.(E) / A.E.(C)
Annexure-IV
OR**
Whereas the Executive Engineer ................. (name of division) ......., CPWD on behalf
of the President of India (hereinafter called “The Government”) has entered into an
agreement bearing number ......................... with ......................(name and address of the
contractor) ........ (hereinafter called “the Contractor”) for execution of work
..................................... (name of work) ...................................................... The
Government has further agreed to accept an irrevocable Bank Guarantee for Rs.
....................... (Rupees ................................. only) valid upto ........ (date)........ as
Performance Guarantee / Security Deposit / Mobilization Advance from the said
Contractor for compliance of his obligations in accordance with the terms and
conditions of the agreement.
2. We, ............... (indicate the name of the bank) ............. (herein after referred to as “the
Bank”), hereby undertake to pay to the Government an amount not exceeding Rs.
.................... (Rupees................... only) on demand by the Government within 10 days
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 9- A.E.(E) / A.E.(C)
of the demand.
3. We, ........................ (indicate the name of the Bank) ....................., do here by undertake
to pay the amount due and payable under this guarantee without any demur, merely on a
demand from the Government stating that the amount claimed is required to meet the
recoveries due or likely to be due from the said Contractor. Any such demand made on
the Bank shall be conclusive as regards the amount due and payable by the Bank under
this Guarantee. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs. ........ (Rupees ............... only).
4. We, .................. (indicate the name of the Bank) ....................., further undertake to pay
the Government any money so demanded notwithstanding any dispute or disputes raised
by the contractor in any suit or proceeding pending before any Court or Tribunal, our
liability under this Bank Guarantee being absolute and unequivocal. The payment so
made by us under this Bank Guarantee shall be a valid discharge of our liability for
payment there under and the Contractor shall have no claim against us for making such
payment.
5. We, ........... (indicate the name of the Bank) ............, further agree that the Government
shall have the fullest liberty without our consent and without affecting in any manner
our obligation here under to vary any of the terms and conditions of the said agreement
or to extend time of performance by the said Contractor from time to time or to
postpone for any time or from time to time any of the powers exercisable by the
Government against the said contractor and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability
by reason of any such variation or extension being granted to the said Contractor or for
any forbearance, act of omission on the part of the Government or any indulgence by
the Government to the said Contractor or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so
relieving us.
6. We, ..................... (indicate the name of the Bank) .........................., further agree that
the Government at its option shall be entitled to enforce this Guarantee against the Bank
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 10 - A.E.(E) / A.E.(C)
as a principal debtor at the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee the Government may have in relation to
the Contractor‘s liabilities.
7. This guarantee will not be discharged due to the change in the constitution of the Bank
or the Contractor.
8. We, ...................... (indicate the name of the Bank) ............................, undertake not to
revoke this guarantee except with the consent of the Government in writing.
Date ....................
Witnesses :
*Date to be worked out on the basis of validity period of 90 days where only financial bids are invited
and 180 days for two/'three bid system from the date of submission of tender.
**In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case may be.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 11 - A.E.(E) / A.E.(C)
CONDITIONS FOR ENGAGEMENT OF ASSOCAITED AGENCIES
FOR E&M WORKS
1. The lowest tenderer have to submit electrical contractor license and experience
certificate issued by competent authority within two weeks of award of work in case
he himself is eligible for carrying internal EI & other specialized E&M work as per
eligibility criteria mentioned in Schedule-F, and if not, then he will associate
specialized agencies as per eligibility criteria mentioned in Schedule-F. The main
contractor shall submit the details of such specialized agencies to be associated in
Annexure-A within two weeks of award of work. Following documents for
association of electrical contractors for internal EI work or other specialized E&M
Works shall be submitted by main contractor to the Chief Engineer, CPWD, Jaipur
through EE(E), Jaipur Central Electrical Division, CPWD, Jaipur in charge for
deciding the eligibility :-
2. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate to complete the E&M work, the contractor on the written direction of the
department, shall remove the Associate deployed on the work and shall submit name
of new associate who fulfill the conditions mentioned in NIT to execute the leftover
work without any loss of time or variation in cost to the department in this regard.
Contractor shall meet all the guarantee for the equipments already supplied for which
payment has been released by the Deptt. in part. If any equipment supplied for the
work, during the currency of the earlier Associate and paid partly by the Deptt.,
becomes redundant /not in a position to be installed and commissioned and put to
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 12 - A.E.(E) / A.E.(C)
beneficial use due to change in agency for execution of E&M work, the contractor
shall be liable for replacement of the equipment(s) at no cost to Department. No
change of Associated Electrical Contractor /Specialized Agency will be allowed
without prior approval of the EE(E) Jaipur Central Electrical Division, CPWD, Jaipur.
3. The contractor/ specialized agency shall be responsible and liable for proper and
complete execution of the Electrical work and ensure coordination and completion of
both civil and electrical work.
4. The associate contractor/specialized agency along with contractor shall attend the
inspection of the work by the Engineer-in-Charge of E&M works as and when
required.
6. The associate or contractor/ specialized agency shall attend the inspection of the work
by the Engineer-in-Charge of E&M works as and when required.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 13 - A.E.(E) / A.E.(C)
Annexure-A
We hereby propose the following electrical agencies as per details mentioned against
each. Their Willingness Certificates are also attached as per Annexure-B.
2.
3.
Contractor’s signature
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 14 - A.E.(E) / A.E.(C)
Annexure-C
Memorandum of understanding
Rs. 100/- Non-judicial stamp
And
Name of work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
Whereas, This Memorandum of Understanding has been entered into to execute the
above work by the Main Contractor and Associate Contractor.
Whereas, both the parties have gone through and understood the various conditions
and clauses of the tender and willingly agree to abide by them.
This MOU shall be valid till the duration of completion of above work and shall be
extended if so required by the CPWD.
1 The associated electrical contractor shall completely execute, perform and do all the
works mentioned and described in the main agreement for its electrical components
according to the specifications, terms and conditions etc. of the main agreement.
2 The associated electrical contractor shall execute and complete the works in all
respect up to full satisfaction of the CPWD officers and attend to them during their
inspection at site, meetings etc., whenever required by the CPWD officers.
3 The cost of electrical works executed by the associated electrical contractor will
include the cost of all the materials, accessories, equipments, tools & plants, laborers
technical persons required etc. in all respect.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 15 - A.E.(E) / A.E.(C)
4 The associated electrical contractor is responsible for getting recorded measurements
and preparation, submissions & pursuance of payment of the bills of the work done
for electrical portion of the main agreement.
6 The Quantity will be as per actual measurement as received from CPWD to main
contractor and the rate will be as per the mutually agreed.
7 The payment to associate contractor will be released after the payment to main
contractor is made by the CPWD.
8 The technical staff required for the associate discipline shall be of associate
contractor.
9 The guarantee of the installation after the completion of the work shall be
responsibility of the associate electrical contractor as required by the CPWD.
10 There is no service tax liability; work being related to the construction of the Central
Govt. Deptt. However, if any liability of the service tax is imposed on the associated
electrical contractor then it will be paid by main contractor.
11 Either party shall not repudiate the contract in mid way without the consent of each
other. Otherwise it will be treated as breach of agreement for any reason whatsoever.
12 The main agency shall be solely responsible for deferment & rescheduling of each
milestone fixed as per contract documents and in such eventuality, the consequences
arising out of the same rests on main agency.
13 The main contractor only shall be responsible for getting extension of delay
regularized and liability what so ever flowing out shall lies with them. There shall be
no direct or indirect impact on associate contractor.
14 TDS shall be deducted by the main contractor as per Income Tax law from associated
agency. In case liability of tax other than Income Tax(Such as vat, service tax, or any
other mechanism formed) is levied on associated contractor then the main agency will
reimburse it in full to associated agency.
15 The associated contractor shall be bound to execute work upto a deviation limit of
30% in quantities of items of work at the agreement rate. Beyond deviation limit the
rates will be decided by main &Associated contractor on mutually agreed basis.
16 For the items such as extra items, substitute items and new items other than the items
of main agreement, if any incorporated in the work, then the main contractor shall pay
the full amount so approved to the associate contractor.
17 The validity of rates shall be ______ months after finalization & acceptance of MOU
by the competent authority.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 16 - A.E.(E) / A.E.(C)
18 In case main contractor delays the payment to associated contractor after the payment
is released by department to the main contractor then on receipt of delay in payment
from associate contractor the CPWD shall directly make the payment to associated
contractor.
19 The main contractor shall at their cost provide necessary requisite arrangement for
storage of material.
20 Sand& cement used in the electrical work shall be provide by main contractor.
22 The Income tax, Commercial tax and labourcess tax deducted by the CPWD from the
bills of electrical work shall be reimbursed by the main contractor in favour of the
associated electrical contractor accordingly.
Signature Signature
(Associate Contractor) (Major Contractor)
Address : _________________ Address : __________________
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 17 - A.E.(E) / A.E.(C)
Annexure-B
WILLINGNESS CERTIFICATE
Name of work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
I will execute the work as per specifications and conditions for the agreement and as
per direction of the Engineer-in-Charge. Also I will engage full time technically qualified
supervisor/engineer for the works. I will attend inspection of officers of the department as
and when required.
Dated:
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 18 - A.E.(E) / A.E.(C)
SPECIMEN FORMAT FOR MOU
And
In witness where of the parties, here to set and subscribed their respective hands the days and
year first herein above written.
Date: Date
Place Place:
COUNTERSIGNED
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 19 - A.E.(E) / A.E.(C)
CPWD-6 FOR E-TENDERING
1. Percentage rate bids are Re-invited on behalf of President of India from approved and
eligible composite category contractors of CPWD for the Work of "Supplying,
Installation, Testing and Commissioning of Fire Alarm & Fire Fighting System
at ESIC Hospital, Kota (Raj.)."
The enlistment of the contractors should be valid on the last date of submission of
bids.
In case the last date of submission of bid is extended, the enlistment of contractor
should be valid on the original date of submission of bids.
1.1 The work is estimated to cost Rs. 2,05,12,829/- (Electrical : Rs. 1,57,32,401/- &
Civil : Rs. 47,80,428/-). This estimate, however, is given merely as a rough guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No.
CPWD 7 which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and
conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be Six (06) Months from the date of
start as defined in schedule ‘F’ or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid
documents.
6. After submission of the bid the contractor can re-submit revised bid any number of
times but before last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s)
any number of times (he need not re-enter rate of all the items) but before last time
and date of submission of bid as notified.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 20 - A.E.(E) / A.E.(C)
8. When bids are invited in three stage system and if it is desired to submit revised financial bid
then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.
Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of
Executive Engineer (E), Jaipur Central Electrical Division, CPWD, Jaipur shall be
scanned and uploaded to the e-tendering website within the period of bid submission. The
Original EMD should be deposited either in the office of Executive Engineer inviting bids or
division office of any Executive Engineer inviting bids or division office of any Executive
Engineer, CPWD within the Period of bid submission. The EMD receiving Executive Engineer
(including NIT issuing EE/AE) shall issue a receipt of deposition of earnest money deposit to
the bidder in a prescribed format (enclosed) uploaded by tender inviting Executive Engineer
in the NIT.
This receipt shall also be uploaded to the e-tendering website by the intending bidder upto
the specified bid submission date and time
----------------XX--------XX---------XX------------------
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 21 - A.E.(E) / A.E.(C)
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for six months or more from the last
date of receipt of bids which is to be scanned and uploaded by the intending bidders.
Copy of documents as specified in the press notice shall be scanned and uploaded to the e-
tendering website within the period of bid submission. However, certified copy of all the
scanned and uploaded documents as specified in press notice shall have to be submitted by
the lowest bidder only within a week Physical EMD of the scanned copy of EMD uploaded
shall must have to be deposited in Division Office.
Online bids documents submitted by intending bidders shall be opened only of those
bidders, whose original EMD deposited with any division of CPWD and other Documents
scanned and uploaded are found in order.
11. The contractor whose bid is accepted will be required to furnish performance
guarantee of 3% (Three Percent) of the bid amount within the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is
less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s
cheque of any scheduled bank/Demand Draft of any scheduled bank/ Pay order of any
Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs.
1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds
of any Scheduled Bank or the State Bank of India in accordance with the prescribed
form. In case the contractor fails to deposit the said performance guarantee within the
period as indicated in Schedule ‘F’, including the extended period if any, the lowest
bidder shall be suspended for one (01) year and shall not be eligible to bid for CPWD
tenders from date of issue of suspension order.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 22 - A.E.(E) / A.E.(C)
The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/ registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund
Code No. If applicable and also ensure the compliance of aforesaid provisions by the
sub contractors, if any engaged by the contractor for the said work within the period
specified in Schedule F.
Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and sub-
soil (so far as is practicable), the form and nature of the site, the means of access to
the site, the accommodation they may require and in general shall themselves obtain
all necessary information as to risks, contingencies and other circumstances which
may influence or affect their bid. A bidders shall be deemed to have full knowledge of
the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for
arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing
the work unless otherwise specifically provided for in the contract documents.
Submission of a bid by a bidders implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the
work to be done and of conditions and rates at which stores, tools and plant, etc. will
be issued to him by the Government and local conditions and other factors having a
bearing on the execution of the work. Copies of other drawing and documents
pertaining to the works will be open for inspection by the tenderers at the office of
Executive Engineer (Elect.), CPWD, Jaipur.
13. The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject any or
all the bids received without the assignment of any reason. All bids in which any of
the prescribed condition is not fulfilled or any condition including that of conditional
rebate is put forth by the bidders shall be summarily rejected.
15. The competent authority on behalf of President of India reserves to himself the right
of accepting the whole or any part of the bid and the bidders shall be bound to
perform the same at the rate quoted.
16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division
in case of contractors of Horticulture/Nursery category) responsible for award and
execution of contracts, in which his near relative is posted a Divisional Accountant or
as an officer in any capacity between the grades of Superintending Engineer and
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 23 - A.E.(E) / A.E.(C)
Junior Engineer (both inclusive). He shall also intimate the names of persons who are
working with him in any capacity or are subsequently employed by him and who are
near relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of Urban Development. Any breach of this condition by the contractor
would render him liable to be removed from the approved list of contractors of this
Department.
18. The bid for the works shall remain open for acceptance for a period of thirty/seventy
five (30/75) days from the date of opening of bids in case of single bid system/sixty
(60) days from the date of opening of technical bid in case bids are invited on 2 or 3
bid envelop system. Further (i) If any tenderer withdraws his tenders or makes any
modifications in the terms & conditions of the tender which is not acceptable to the
department within 7 days after last date of submission of bids, then the Government
shall without prejudice to any other right or remedy, be at liberty to forfeit 50% of the
earnest money absolutely irrespective of letter of acceptance for the work is issued or
not. (ii) If any tenderer withdraws his tenders or makes any modifications in the terms
& conditions of the tender which is not acceptable to the department after expiry of 7
days after last date of submission of bids, then the Government shall without
prejudice to any other right or remedy, be at liberty to forfeit 100% of the earnest
money absolutely irrespective of letter of acceptance for the work is issued or not. (iii)
In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the
bidders shall not be allowed to participate in the rebidding process of the same work.
19. This notice inviting Bid shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15
days from the stipulated date of start of the work, sign the contract consisting of:-
(a) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the
time of invitation of bid and the rates quoted online at the time of submission
of bid and acceptance thereof together with any correspondence leading
thereto.
(b) Standard C.P.W.D. Form 7 (GCC for CPWD works 2020 Maintenance
Works) amendments upto date .
20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed with
respect to the combined estimated cost put to tender for the composite bid.
- 24 - A.E.(E) / A.E.(C)
Part A:- CPWD-6, CPWD-7/8 including schedule A to F for the major component
(Electrical) of the work, Standard General Conditions of Contract for CPWD 2020
Maintenance Works or latest edition as applicable with all amendments/
modifications upto date .
Part C:- Schedule A to F for minor component (Civil) of the work (competent
authority under clause 2 and clause 5 shall be same authority as mentioned in
schedule A to F for major components), General/specific conditions, specifications
and schedule of quantities applicable to minor component(s) of the work, with all
amendments/modifications upto date .
In case of any discrepancy between part A, B & C and of the contract agreement,
the provision of Part A shall prevail.
20.1.3 The bidders must associate himself, with agencies as per NIT conditions.
20.1.4 The eligible bidders shall quote rates for all items of major component as well as for
all items of minor components of work.
20.1.5 After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of India.
After the work is awarded, the main contractor will have to enter into one agreement
with EE in-charge of major component and has also to sign two or more copies of
agreement depending upon number of EE’s/DDH in-charge of minor components.
One such signed set of agreement shall be handed over to EE(E)/DDH in-charge of
minor component(s). EE of major component will operate Part A and Part B of the
agreement. EE(E)/DDH in-charge of minor component(s) shall operate Part C
alongwith Part A of the agreement.
20.1.6 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding to
the estimated cost of the respective component of works.
20.1.8 The main contractor has to associate agencies for specialized component(s)
conforming to eligibility criteria as defined in the bid document and has to submit
detail of such agency(s) to Engineer-in-charge of relevant component(s).within
prescribed time. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge of relevant component(s).
20.1.9 In case the main contractor intends to change any of the above agency/agencies
during the operation of the contract, he shall obtain prior approval of Engineer-in-
charge of relevant specialized component(s).
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 25 - A.E.(E) / A.E.(C)
The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In
case Engineer-in-charge is not satisfied with the performance of any agency, he can
direct the contractor to change the agency executing such items of work and this shall
be binding on the contractor.
20.1.10 The main contractor has to enter into MoU with agency(s) associated by him. Copy
of such MoU shall be submitted to EE/ DDH in charge of each relevant component as
well as to EE incharge of major component. In case of change of associate contractor,
the main agency(s) has to enter into MoU/agreement with the new contractor
associated by him.
20.1.11 Running payment for the major component shall be made by EE of major discipline
to the main contractor. Running payment for minor components shall be made by the
Engineer- in-charge of the discipline of minor component directly to the main
contractor.
20.1.12A. The composite work shall be treated as complete when all the components of the
work are complete. The completion certificate of the composite work shall be
recorded by Engineer-in-charge of major component after record of completion
certificate of all other components.
20.1.12B. Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for
their component of work and pass on the same to the EE of major component for
including in the final bill for composite contract.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 26 - A.E.(E) / A.E.(C)
INTEGRITY PACT
To,
………………………..,
………………………..,
………………………..
Sub: NIT No. 05/CE/Jaipur/2021-22 for the work "Supplying, Installation, Testing and
Commissioning of Fire Alarm & Fire Fighting System at ESIC Hospital, Kota
(Raj.)."
Dear Sir,
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of
the CPWD.
Yours faithfully
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 27 - A.E.(E) / A.E.(C)
INTEGRITY PACT
To,
Sub: Submission of Tender for the work of "Supplying, Installation, Testing and
Commissioning of Fire Alarm & Fire Fighting System at ESIC Hospital, Kota
(Raj.)."
Dear Sir,
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process.
I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,
which shall be in the line with Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.
Yours faithfully
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 28 - A.E.(E) / A.E.(C)
To be signed by the bidder and same signatory competent / authorized to sign
relevant contract on behalf of CPWD.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ........... day of ........... 20......
BETWEEN
AND
......................................................................................................................................................
(Name and Address of the Individual/firm/Company) through
................................................................................................... (Hereinafter referred to as the
(Details of duly authorized signatory) “Bidder/Contractor” and which expression shall
unless repugnant to the meaning or context hereof include its successors and permitted
assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No. 05/CE/Jaipur/2021-22)
(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for "Supplying, Installation, Testing and Commissioning of
Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.)." (Name of work)
hereinafter referred to as the “Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources and of fairness/transparency in its relation
with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid
documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:
(1) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her
family members, will in connection with the Tender, or the execution of the
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 29 - A.E.(E) / A.E.(C)
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal/Owner will, in particular, before and during
the Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential / additional information through which
the Bidder(s) could obtain an advantage in relation to the Tender process or
the Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.
(2) If the Principal/Owner obtains information on the conduct of any of its employees
which is a criminal offence under the Indian Penal code (IPC)/Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or
if there be a substantive suspicion in this regard, the Principal/Owner will inform the
Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its
internal laid down policies and procedures.
- 30 - A.E.(E) / A.E.(C)
addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a
tender but not both. Further, in cases where an agent participate in a tender on
behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the Contract.
(3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
(4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of facts
or submission of fake/forged documents in order to induce public official to act in
reliance thereof, with the purpose of obtaining unjust advantage by or causing damage
to justified interest of others and/or to influence the procurement process to the
detriment of the Government interests.
(5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/her
reputation or property to influence their participation in the tendering process).
Without prejudice to any rights that may be available to the Principal/Owner under
law or the Contract or its established policies and laid down procedures, the Principal/Owner
shall have the following rights in case of breach of this Integrity Pact by the
Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and
uphold the Principal/Owner’s absolute right:
(1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after giving
14 days notice to the contractor shall have powers to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract,
if already executed or exclude the Bidder/Contractor from future contract award
processes. The imposition and duration of the exclusion will be determined by the
severity of transgression and determined by the Principal/Owner. Such exclusion may
be forever or for a limited period as decided by the Principal/Owner.
- 31 - A.E.(E) / A.E.(C)
its considered opinion forfeit the entire amount of Earnest Money Deposit,
Performance Guarantee and Security Deposit of the Bidder/Contractor.
(1) The Bidder declares that no previous transgressions occurred in the last 5 years with
any other Company in any country confirming to the anticorruption approach or with
Central or State Government or any other Central/State Public Sector Enterprises in
India that could justify his exclusion from the Tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the Tender process or action can be taken for banning of business dealings/ holiday
listing of Bidder/Contractor as deemed fit by the Principal/ Owner.
(3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal/Owner
may, at its own discretion, revoke the exclusion prematurely.
(2) The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.
(3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its
provisions at any stage of the Tender process, from the Tender process.
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to
be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined
by the Competent Authority, CPWD.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 32 - A.E.(E) / A.E.(C)
Article 7- Other Provisions
(1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal/Owner, who has floated the Tender.
(2) Changes and supplements need to be made in writing. Side agreements have not been
made.
(3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners
and consortium members. In case of a Company, the Pact must be signed by a
representative duly authorized by board resolution.
(4) Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to
their original intensions.
(5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken by
the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.
All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the same
shall be deemed to be cumulative and not alternative to such legal rights and remedies
aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have
precedence over the Tender/Contact documents with regard any of the provisions covered
under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at
the place and date first above mentioned in the presence of following witnesses:
...............................................................
(For and on behalf of Principal/Owner)
................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. ..............................................
(signature, name and address)
2. ...............................................
(signature, name and address)
Place:
Dated :
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 33 - A.E.(E) / A.E.(C)
CPWD - 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works
(A) Tender for the work of "Supplying, Installation, Testing and Commissioning of
Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.)."
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and
Rules referred to in the conditions of contract and all other contents in the tender document
for the work.
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
respect with the specifications, designs, drawing and instructions in writing referred to in
Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and
with such materials as are provided for, by, and in respect of accordance with, such
conditions so far as applicable.
We agree to keep the tender open for thirty (30) days from the due date of its
opening in case of single bid system / Seventy Fire (75) days from the date of opening of
technical bid in case tenders are invited on 2 /3 bid/ system for specialized work and not to
make any modification in its terms and conditions.
If I/We, fail to furnish the prescribed performance guarantee within prescribed period,
I/We agree that the said President of India or his successors, in office shall without prejudice
to any other right or remedy, be at liberty to suspend the lowest bidder for one (01) year and
shall not be eligible to bid for CPWD tenders from the date of issue of suspension order.
Further, if I/We fail to commence work as specified, I/ We agree that President of India or the
successors in office shall without prejudice to any other right or remedy available in law, be
at liberty to forfeit the said performance guarantee absolutely. The said Performance
Guarantee shall be a guarantee to execute all the works referred to in the tender documents
upon the terms and conditions contained or referred to 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.
- 34 - A.E.(E) / A.E.(C)
I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a violation
comes to the notice of Department, then I/We shall be debarred for tendering in CPWD in
future forever. Also, if such a violation comes to the notice of Department before date of start
of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Performance
Guarantee and suspend the lowest bidder for one (01) year and shall not be eligible to bid for
CPWD tenders from the date of issue of suspension order.
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
authorized to communicate the same or use the information in any manner prejudicial to the
safety of the State.
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.................................................................................................
................................................................................................................................)
The letters referred to below shall form part of this contract agreement:-
(a)
(b)
(c)
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 35 - A.E.(E) / A.E.(C)
PROFORMA OF SCHEDULES (FOR MAJOR COMPONENT – ELECTRICAL WORK)
(Separate Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE ‘A’
Schedule of quantities (as per PWD-3) Schedule attached at Page No. 185 to 198
SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if any.
SCHEDULE ‘E’
Reference to General Conditions of contract: General Conditions of Contract for CPWD
Works 2020 Maintenance Works incorporating all amendments issued upto 27/10/2020.
Name of work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
(iii) Security Deposit : 2.5% (Two & Half percent) of accepted tendered
amount.
SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS :
Definitions:
2(v) Engineer-in-Charge Executive Engineer (Elect.)
CPWD, Jaipur
or his successor thereof
- 36 - A.E.(E) / A.E.(C)
2(x) Percentage on cost of materials
and labour to cover all
overheads and profits. 15% (Fifteen percent) for work items
7.5% (Seven Decimal Five percent) for
labour& material supply items
2(xi) Standard Schedule of Rates DSR 2018 for internal and external electrical
works and DSR 2019 for DSR 2019 Wet
Riser & Sprinkler System with Correction
Slips/amendments issued upto date
9(ii) Standard CPWD Contract Form General Conditions of Contract for CPWD
Works 2020 Maintenance Works CPWD
Form 7 as modified and amended upto date
Clause 1
(i) Time allowed for submission of
Performance Guarantee,
Programme Chart (Time and
Progress) and Applicable labour
licenses, Registration with EPFO,
ESIC and BOCW Welfare Board
including Provident Fund Code
No. or proof of applying thereof
from the date of issue of letter of
acceptance 07 days
Clause 2
Authority for fixing compensation under
clause 2. Chief Engineer
CPWD, Jaipur
or Successor thereof
Clause 2A
Whether Clause 2A shall be applicable No
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 37 - A.E.(E) / A.E.(C)
Clause 5
Number of days from the date of issue
of letter of acceptance for reckoning date
of start 10 days
Authority to decide:
- 38 - A.E.(E) / A.E.(C)
Schedule of Issue of Designs
Misc. Drawings
(Any other Drawing required by 1 months from date of
contractor in writing to Engineer-in- receipt of request letter
Charge) from contractor
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 39 - A.E.(E) / A.E.(C)
Mile stone(s) as per table given below:-
Note : Mile stones shall be applicable both for Major component (Electrical work) as well
as for Minor component (Civil work) of the work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 40 - A.E.(E) / A.E.(C)
Clause 7
Gross work to be done together with net
payment/adjustment of advances for material
collected, if any, since the last such payment
for being eligible to interim payment Rs. 30.00 Lakh (for Electrical Work)
CLAUSE 7A
Whether Clause 7A shall be Yes
Applicable (No Running Account Bill shall be paid for the
work till the applicable labour licences,
registration with EPFO, ESIC and BOCW
Welfare Board, whatever applicable are
submitted by the contractor to the Engineer-in-
charge).
CLAUSE 7B
Payment to third party Applicable (Authority letter to be given
by contractor as per Annexure-VII)
Clause 8A
Authority to decide to compensation on account
if contractor fail to submit completion plans Executive Engineer (Elect.)
CPWD, Jaipur
(i) This shall not apply for maintenance or upgradation contracts not involving any
services.
(ii) For other works, the limit shall be as below :
Clause 10A
List of testing equipment to be provided by the contractor at site lab.
1. Earth Tester
2. Insulation Tester (LT / HT)
3. Tong Tester
4. Multimeter
5. Lux Meter
6. Vernier Caliper
7. Wire Gauge
8. Hand Blower / Vacuum Cleaner
9. Drill Machine
10. Chase Cutting Machine
11. Crimping Tool Kit
12. Self Supporting Ladder - 4 feet (3 Nos.)
13. Ladder – 20 feet ( 1 No.)
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 41 - A.E.(E) / A.E.(C)
Clause 10B(ii)
Whether Clause 10 B (ii) shall
be applicable No
Clause 10CA
S.N. Materials Covered Nearest Materials (other Base Price and its
under this clause: than cement*, corresponding period of
reinforcement bars, the all the Materials covered
structural steel and under clause 10 CA
POL) for which All India
Wholesale Price Index to
be followed:
Note : Xm.....% should be equal to (100) - (materials covered under clause 10CA i.e.
Cement, Steel, POL and other material specified in clause 10CA + Component of Labour )
Clause 11
Specifications to be followed
for execution of work CPWD specification for Electrical works
Part-I to VIII as amended upto date .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 42 - A.E.(E) / A.E.(C)
Clause 12
Authority to decide deviation above 1.5
times of tendered amount ADG (RL)
CPWD, Lucknow
12.2
& 12.3 Deviation Limit beyond which
clauses 12.2 & 12.3 shall apply
for building work
Clause 16
Competent Authority for
deciding reduced rates. Chief Engineer
CPWD, Jaipur
or Successor thereof
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:-
As per actual requirement at site for proper working and testing mandatory
machinery, tools & plants to be deployed by the contractor at site.
Clause 19
Clause 19C to decide penalty
for each default Chief Engineer
CPWD, Jaipur
or Successor thereof
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 43 - A.E.(E) / A.E.(C)
Clause 19K to decide penalty
for each default Chief Engineer
CPWD, Jaipur
or Successor thereof
Clause 25
Constitution of Dispute Redressal Committee (DRC)
DRC constituted by ADG(RL), Lucknow vide letter No. 1235 dated 11/05/2020 is as under:–
Clause 32
Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co.
can be treated at par with Graduate Engineers for the purpose of such deployment subject to
the condition that such diploma holders should not exceed 50% of requirement of degree
engineers.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 44 - A.E.(E) / A.E.(C)
Name of Work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
The Contractor must associate specialized agencies meeting eligibility criteria as detailed
below for specialized nature of items / work listed below :.
Sl. Specialized Work(s) / item of work(s) Eligibility criteria for specialized agency to
No. be associated by contractor for the work
1. Fire Alarm System, Fire Fighting The contractor shall associate specialized
System & other specialized E&M E&M agencies which fulfills eligibility
works as per List-IIA & IIB of criteria as per CPWD Works Manual
Annexure-6 of CPWD Works Manual 2019SOP No. 4/7(5) and amended uptolast
2019. date of submission of tender.
2. Electrical works of internal E/I In case the main contractor do not have valid
electrical license issued by competent
authority, then he will have to associate an
Electrical contractor who have valid
electrical license issued by competent
authority.
The main contractor/agency has to submit detail of such agency to be associated to the
Engineer-in-charge (of E.I. & Fans) with in fifteen days from date of start of work. The
associate agency shall be approved by Engineer-in-charge (of E.I. & Fans). In case the main
contractor intends to change associated agency/agencies during the operation of the contract,
he shall obtain prior approval of Engineer-in-charge (of E.I. & Fans). The new
agency/agencies shall also have to satisfy the laid down eligibility criteria mentioned above.
In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct
the main contractor to change the agency executing such items of work and this shall be
binding on the contractor. Main agency/associate agency has to under go tripartit agreement
between for each material supplied by him.
Eligibility condition for Associate agency for execution of Fire Alarm System
The main agency has to associate the specialized agency of Fire Alarm System. The associate
specialized agency should have successfully completed works, as mentioned under during
last 7 years ending previous day of last date of submission of tender.
(i) Three similar works each of value not less than Rs. 19,43,078/-
OR
(ii) Two similar works each of value not less than Rs. 29,14,618/-
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 45 - A.E.(E) / A.E.(C)
OR
(iii) One similar works each of value not less than Rs. 38,86,157/-
The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to
previous day of last date of submission of tender. “Similar work shall mean works of “SITC
Fire Alarm System”.
However, the composite category contractor shall also be carry out himself work without
associating any specialized agency provided: -
a) He fulfils the prescribed eligibility criteria respectively for these work(s).
OR
b) He directly procures the equipment of approved make from manufacturer and get it
installed from authorized agency/ service provider of the manufacturer or specialized
agency as per criteria mentioned in the NIT.
Eligibility condition for Associate agency for execution of Fire Fighting System
The main agency has to associate the specialized agency of Fire Fighting System. The
associate specialized agency should have successfully completed works, as mentioned under
during last 7 years ending previous day of last date of submission of tender.
(i) Three similar works each of value not less than Rs. 41,94,969/-
OR
(ii) Two similar works each of value not less than Rs. 62,92,454/-
OR
(iii) One similar works each of value not less than Rs. 83,89,938/-
The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to
previous day of last date of submission of tender. “Similar work shall mean works of “SITC
Fire Fighting System”.
However, the composite category contractor shall also be carry out himself work without
associating any specialized agency provided: -
a) He fulfils the prescribed eligibility criteria respectively for these work(s).
OR
b) He directly procures the equipment of approved make from manufacturer and get it
installed from authorized agency/ service provider of the manufacturer or specialized
agency as per criteria mentioned in the NIT.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 46 - A.E.(E) / A.E.(C)
Name of Work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
SPECIAL NOTE
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 47 - A.E.(E) / A.E.(C)
Name of Work : Name of Work : Supplying, Installation, Testing and Commissioning of
Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.).
1. The lowest tenderer have to submit electrical contractor license within one month of
award of work if he himself eligible for carrying internal EI work and if not he has to
submit the following documents for association of electrical contractors for internal EI
work. For specialized E&M Works eligibility criteria of specialized agency has been
stipulated in Schedule A to F of NIT.
2. The contractor, if required should submit the willingness from an eligible electrical
contractors/ specialized agency to get associated with the applicant for execution of the
electrical component of works as per the conditions set out in the MOU to be signed
between the contractor and the associated eligible electrical contractor/ specialized
agency.
4. The contractor will submit MOU signed on Rs. 100/- Stamp Paper with eligible
electrical contractor/specialized agency meeting the eligibility criteria same as specified
for specialized works. The MOU in the enclosed form shall be signed by both the
parties i.e. contractor as 1stparty and associated electrical contractor as 2nd party. The
contractor shall be responsible for all the works executed by associated contractor.
5. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate to complete the E&M work, the contractor on the written direction of the
department, shall remove the Associate agency deployed on the work and shall submit
name of new specialized agency who fulfil the conditions mentioned in NIT to execute
the leftover work without any loss of time or variation in cost to the department in this
regard. Contractor shall meet all the guarantee for the equipments already supplied for
which payment has been released by the Deptt. in part. If any equipment supplied for
the work, during the currency of the earlier Associate and paid partly by the Deptt.,
becomes redundant /not in a position to be installed and commissioned and put to
beneficial use due to change in agency for execution of E&M work, the contractor shall
be liable for replacement of the equipment(s) at no cost to Department. No change of
Associate Electrical Contractor /Specialized Agency will be allowed without prior
approval of the CE, CPWD, Jaipur.
6. The contractor/ specialized agency shall be responsible and liable for proper and
complete execution of the Electrical work and ensure coordination and completion of
both civil and electrical work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 48 - A.E.(E) / A.E.(C)
7. The associate contractor/specialized agency along with contractor shall attend the
inspection of the work by the Engineer-in-Charge of E&M works as and when required.
9. The associate or contractor/ specialized agency shall attend the inspection of the work
by the Engineer-in-Charge of E&M works as and when required.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 49 - A.E.(E) / A.E.(C)
Name of work : Name of Work : Supplying, Installation, Testing and Commissioning of
Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.).
1.0 All the works shall be carried out as per CPWD General specification for Electrical
Works amended up to date and should also comply with relevant provisions of the
Indian Electricity Rules and Acts as applicable, amended up to date.
2.0 The contractor is advised to visit the site of work to have an idea of the execution of
the work; failure to do so shall not absolve their responsibility to do the work as
specified in agreement.
3.0 Rates:
3.1 The work shall be treated as on works contract basis and the rates tendered shall be
for complete items of work (except the materials, if any, stipulated for supply by the
department) inclusive of all taxes, duties, and levies etc. and all charges for items
contingent to the work, such as packing, forwarding, insurance, freight and delivery at
site for the materials to be supplied by the contractor, watch and ward of all materials
(including those supplied by the department, if any) for the work at site etc
4.1 Being an indivisible works contract, GST etc. are not payable separately.
4.2 The GST shall be deducted from the bills of the contractor as applicable in the State in
which the work is carried out, at the time of payments.
Unless and otherwise mentioned in the tender documents, the following works shall
be done by the contractor, and therefore their cost shall be deemed to be included in
their tendered cost:-
(i) Foundations for equipment and components where required, including
foundations bolts.
(ii) Cutting and making good all damages caused during installation and restoring
the same to their original finish.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 50 - A.E.(E) / A.E.(C)
(iii) Sealing of all floor openings provided by him for pipes and cables, from fire
safety point of view, after laying of the same.
(iv) Painting at site of all exposed metal surfaces of the installation other than pre-
painted items like fittings, fans, switchgear/distribution gear items, cubical
switchboard etc. Damages to finished surfaces of these items while handling
and erection, shall however be rectified to the satisfaction of the Engineer-in-
Charge.
(v) Testing and commissioning of completed installation.
(vi) Storage space for all equipment components and materials for the work
The contractor has to make his own arrangement for the storage of the material at site
& necessary watch and ward of the electrical installation during the execution of work
till the same is handed over to the department. No extra payment will be made on this
account. The storage space shall however be arranged by the department at site, if
available.
The main contractor shall arrange for proper storage of the electrical fans and fittings
at site and that double lock system shall be arranged for the fans and fittings after
receipt at site until the time they are taken for installation. The contractor shall
however be responsible for proper storage and safe custody of the same till their
installation and handing over to the department.
Power and water supply will be arranged by the main contractor at the site for
installation purpose.
However, for final testing purpose after complete installation of the electrical items,
electricity supply will be made available free of cost to the contractor. Contractor will
take due care to ensure safety of electrical installation during execution of work.
All tools and tackles required for handling of equipment and materials at site of work
as well as for their assembly and erection and also necessary test instruments shall be
the responsibility of the contractor.
Payment shall be made as per the relevant clauses of form PWD 7/8 forming part of
the tender documents.
The contractor shall co-ordinate with all other agencies involved in the building work
so that the building work is not hampered due to delay in his work. Recessed conduit
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 51 - A.E.(E) / A.E.(C)
and other works, which directly affect the progress of building work, should be given
priority.
Care shall be taken by the contractor to avoid damage to the building during execution
of his part of the work. He shall be responsible for repairing all damages and
restoring the same to their original finish at his cost. He shall also remove, at his
costs, all unwanted and waste materials arising out of his work, from the site.
Any addition, temporary or permanent, to the existing electrical installation shall not
be made without a properly worked out scheme/design by a qualified Electrical
Engineer to ensure that such addition does not lead to overloading, safety violation of
the existing system.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 52 - A.E.(E) / A.E.(C)
16.0 Drawings:
(i) The work shall be carried out in accordance with the drawings issued by
Engineer-in-charge and the tender documents and also in accordance with
modification thereto from time to time as approved by the Engineer-in-charge.
(ii) All wiring diagrams shall be deemed to be ‘Drawings’ within the meaning of
the term as used in Clause 11 of the conditions of contract (PWD 7 or PWD
8). They shall indicate the main switch board, the distribution boards (with
circuit numbers controlled by them), the runs of various mains and sub mains
and the position of all points with their controls.
(iii) All circuits shall be indicated and numbered in the wiring diagram and the
points shall be given the same number as the circuit to which they are
electrically connected.
(iv) After award of the work, the firm will be required to submit the drawings for
the proposed work including layout plan, conduit routes etc. Work will be
carried out as per the approved drawings.
17.1 All electrical works shall be carried out in accordance with the provisions of Indian
Electricity Act, 1910 and Indian Electricity Rules, 1956 amended up to date (Date of
call of tender unless specified otherwise). List of rules of particular importance to
electrical installations under these General Specifications is given in Appendix C for
reference.
18.1 Quality of material: All materials and equipment supplied by the contractor shall be
new. They shall be of such design, size and materials as to satisfactorily function
under the rated conditions of operation and to withstand the environmental conditions
at site.
19.1 Materials and equipment to be used in the work shall be inspected by the
departmental officers. Engineer-in-charge shall decide when and which material needs
to be inspected. Such inspection will be of following categories:
(i) Inspection of materials / equipment to be witnessed at the Manufacturer’s
premises in accordance with relevant BIS /Agreement Inspection Procedure.
(ii) To receive materials at site with Manufacturer’s Test Certificate(s)
(iii) To inspect materials at the authorized dealer’s go downs to ensure delivery of
genuine materials at site.
(iv) To receive materials after physical inspection at site.
19.2 Adequate care to ensure that only tested and genuine materials of proper quality are
used in work shall be ensured by firm. The firm shall ensure that:
(i) Material will be ordered & delivered at site only with the prior approval of the
department to ensure timely delivery.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 53 - A.E.(E) / A.E.(C)
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears,
poles, rising main, other main items etc, its copy shall be endorsed to the
CPWD Engineer-in-charge.
(iv) The firm will be required to procure material like exhaust fans, MCB’s &
DB’s, switches & sockets, wires & cables, conduits and switchgears etc
directly from the manufacturer/ authorized dealers to ensure genuineness &
quality and as per the approved makes only. Proof in this regard shall be
submitted by the contractor if required by the department.
(iv) Inspection at factory or at godown of the manufacturer, as required, shall be
arranged by the firm for a mutually agreed date. Certificate for genuineness of
the fittings shall have to provided duly signed by the manufacturer’s officer
not below the rank of Regional Manager.
(v) Delivery of material shall be taken up only with the consent of department,
after clearance of the material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test
certificate, at its discretion.
19.3 Similarly, for fabricated equipment, the contractor will first submit dimensional
detailed drawings for approval before fabrication is taken up in the factory. Suitable
stage inspection at factory also will be made to ensure proper use of materials,
workmanship and quality control.
20.2 All conductors, switches and accessories shall be of such size as to be capable of
carrying the maximum current, which will normally flow through them, without their
respective ratings being exceeded.
21.1 All components shall confirm to relevant Indian Standard Specifications wherever
existing. Materials with ISI certification mark shall be preferred.
21.2 Relevant Indian Standards including amendments or revisions thereof up to the date
of tender acceptance shall be applicable in the respective contracts for respective
items, firm to ensure its compliance.
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears,
ceiling roses, brackets, pendants, fans and all other fittings of the same type shall be
interchangeable in each installation.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 54 - A.E.(E) / A.E.(C)
23.0 Workmanship:
23.1 Good workmanship is an essential requirement to be complied with. The entire work
of manufacture/fabrication, assembly and installation shall confirm to sound
engineering practice.
23.3 Use of quality materials: Only quality materials of reputed make as specified in the
tender will be used in work.
23.4 Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in a
factory/workshop having modern facilities like quality fabrication, seven tank
process, powder/epoxy paint plant, proper testing facilities, manned by qualified
technical personnel. These shall be as per make / item approved.
24.0 Testing:
All testes prescribed in this General Specification, to be done before, during and after
installation, shall be carried out, and the test results shall be submitted to the
Engineer-in-charge in prescribed Performa, forming part of the Completion
Certificate.
After the work is completed, it shall be ensured that the installation is tested and
commissioned.
26.1 For all works completion certificate after completion of work as given in Appendix –
E of CPWD Specification shall be submitted to the Engineer-in-charge.
26.2 Completion plan for the following, along with three set of prints of the same shall
also be submitted.
(i) General layout of the building.
(ii) Locations of main switchboard and distribution boards, indicating the circuit
numbers controlled by them.
(iii) Position of all points and their controls.
(iv) Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans, exhaust
fans etc.
(v) Name of work, job number, tender reference, actual date of completion, names
of Division/ Sub-division and name of the firm who executed the work with
their signature.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 55 - A.E.(E) / A.E.(C)
27.0 Guarantee
The installation will be handed over to the department after necessary testing and
commissioning. The installation will be guaranteed against any defective
design/workmanship. Similarly, the materials supplied by the contractor will be
guaranteed against any manufacturing defect, inferior quality. Unless mentioned the
guarantee / warrantee/ defect liability period shall be 12 months from the date of
completion / taking over by department whichever is later. During this period
installation/ equipments or components thereof shall be rectified/ repaired to the
satisfaction of the Engineer-in-charge. The firm will be required to submit guarantee
of material from the manufacturer to the department. The warranty for LED fittings
i/c driver shall be 05 years (five Years) after handing over the installation to the
department.
28.0 The order of preference in case of any discrepancy as indicated in condition no. 1
under “Conditions of contract” given in the Standard CPWD Contract form may be
read as the following:
(a) Nomenclature of item as per Schedule of Quantities.
(b) Additional specifications, particular specifications and special conditions for
Electrical Works.
(c) General conditions.
(d) Contract Clauses of General conditions of contract for CPWD 2020 and
amendment therein upto 06/03/2020 CPWD specifications for electrical works
as applicable.
(e) Architectural/structural drawings and specifications mentioned in drawings.
(f) Indian standard specifications of BIS.
(g) Sound engineering practice as per directions of the Engineer-in-charge.
(h) Manufacturer’s specifications.
29.0 The department shall deduct GST as per Tax Act and Income Tax and other taxes on
the value of work done from each bill of the contractor as per prevailing Government
instructions/orders. Labour cess as per building and other construction worker’s
welfare cess act 1996 shall also be deducted from all the bills payable to the firm. In
lieu, the department shall issue a certificate of deduction of tax at source to the
contractor in relevant forms.
30.0 The main contractor shall not indulge in procurement of electrical items and getting
the work done on labour contract with the electrical contractor. The whole electrical
component shall be executed by the eligible electrical contractor on a turnkey basis
i.e. procurement of material & engaging labour. The associate electrical contractor
shall submit the completion certificate of electrical work executed by him along with
necessary test reports, completion plan etc. If Composite contractor himself meets
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 56 - A.E.(E) / A.E.(C)
eligibility conditions for execution of electrical work then he may not associate any
other eligible electrical contractor.
31.0 The contractor shall take all safety precautions to avoid accidents by exhibiting
caution boards, red flags, red lights and by providing necessary barriers and all other
measures required from time to time. The contractor shall be responsible for all
damages and accidents due to negligence on his part.
32.0 The contractor shall give due notices to Municipality, Police and/or other authorities
that may be required under the law/rules under force and obtain all requisite
permissions/licenses for temporary obstructions/enclosures and pay all charges which
may be leviable on account of his execution of the work under the agreement.
Nothing extra shall be payable on this account.
33.0 The contractor shall leave such recesses, holes, openings, etc., as may be required for
the electric, air-conditioning and other related works. (For this purpose any required
inserts, sleeves, brackets, conduits, base plates, insert plates, clamps etc. shall be
arranged by the contractor and fix the same at the time of casting of concrete, stone
work & brick work, if required, and nothing extra shall be payable on this account.
34.0 The contractor shall give a trial run of the equipments and machinery for establishing
its capability to achieve the specifications within laid down tolerances to the
satisfaction of the Engineer-in-charge before commencement of work.
35.0 The work will be carried out in close coordination with the building work and other
agencies. Conduits will be laid in the slab within the specified time and it will have to
be ensured that the casting of slabs is not delayed for want of laying of conduits. The
conduits will also be laid in walls before the Plaster work is undertaken so as to avoid
breaking cutting of plaster while making chase for laying of conduits subsequently.
The contractor will have to employ adequate labour for carrying out the work. No
claim regarding the idle labour for any reason will be entertained by the Department.
36.0 No tools and plants including special T&P etc. shall be supplied by the department
and the contractor will have to make his own arrangements at his expenses.
37.0 All tools, plant and machinery provided by the contractor shall, when brought at the
site, be deemed to be exclusively intended for the construction and completion of this
work and the contractor shall not remove the same or any part thereof(save for the
purpose of moving it from one part of the site to another) without the consent of the
Engineer-in-charge.
38.0 All materials shall be got checked & approved by the Engineer-in-charge on receipt of
the same at site before use and rejected material is to be removed from the site
immediately.
39.0 No foreign exchange shall be made available by the department for the purchase of
equipments, plants, machinery, materials of any kind or any other items required to be
carried out in execution of work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 57 - A.E.(E) / A.E.(C)
40.0 The contractor shall carry out his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor (s) or by the
Engineer-in-charge and shall as far as possible arrange his work and shall place and
dispose off the materials being used or removed, so as not to interfere with the
operations of other contractors, or he shall arrange his work with that of the others in
an acceptable and coordinated manner and shall perform it in proper sequence to the
entire satisfaction of Engineer-in-charge.
41.0 All items which are not covered while carrying out electrical work shall be removed
and shall be cleared by the contractors as soon as the work is completed.
42.0 The contractor shall give the Engineer-in-charge in every month, a progress report of
the work done during the previous month. The progress of work will be reviewed
periodically by the Engineer-in-charge with the contractor and shortfalls, if any,
sorted out. The contractor shall thereupon take such action as may be necessary to
bring back his work to schedule without any additional cost to the department.
43.0 It shall be responsibility of the main contractor to sort out any dispute involved with
the associated contractor without any time and cost overrun to the department. The
main contractor shall be solely responsible for settling the dispute/litigation arising
out of his agreement with the associate contractor. The contractor shall ensure that the
work shall not suffer on this account.
44.0 The contractor shall quote his rates considering the specifications, terms & conditions
and particular specifications and special conditions etc. and nothing extra shall be
payable whatsoever unless otherwise specified.
45.0 The main contractor shall be responsible for coordinating the activities of all works
and essential progress of works as per milestone and laid down programme.
46.0 The contractor shall be responsible for the watch and ward of the
site/property/material provided by him and materials issued by the department against
pilferage and breakage during the period of execution and thereafter till the work is
completed and physically handed over to the department.
47.0 Samples of all materials, fittings and other materials/articles required for execution of
the work shall be got approved from the Engineer-in-charge. Materials/articles
manufactured by the firms of repute as indicated in tender documents and approved
by the Engineer-in-charge shall only be used.
48.0 The contractor shall ensure quality construction in a planned and time bound manner.
Any sub-standard material or work beyond set out tolerance limits shall be summarily
rejected by the Engineer-in-charge.
49.0 The contractor shall be required to make a sample Room for each type at the earliest
opportunity using all approved materials for approval of Engineer in charge before
mass scale finishing works are taken up.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 58 - A.E.(E) / A.E.(C)
50.0 Even ISI marked materials shall be subjected to quality test at the discretion of the
Engineer-in-charge besides testing of other materials as per the specifications
described for the item/material. Whenever ISI marked materials are brought to the site
of work; the contractor shall, if required by the Engineer-in-charge, furnish
manufacturers test certificates to establish that the materials procured by the
contractor for incorporation in the work satisfy the provisions of IS codes relevant to
the material and/or the work done.
51.0 The contractor shall have to engage well experienced skilled labour and deploy
modern T&P and other equipments to execute the work.
52.0 The firm shall use only electrically operated chase cutting machine for cutting the
chases in the wall for recessed conduit wiring.
53.0 The contractor will have to make his own arrangement for storage of materials. No
storage space shall be provided by department.
54.0 The contractor will have to make his own arrangement for water and power supply for
execution of works.
55.0 The contractor will have to ensure that the skilled labour i.e. wireman etc., Engaged in
the execution of the work must possess valid electrical license, otherwise he will not
be permitted to execute the work.
56.0 The associate contractors executing the electrical works must possess the valid
electrical contractor license otherwise they will not be permitted to execute the
electrical works.
57.0 The contractor shall be responsible for removal of all defects in the work during the
guarantee/warranty/ defect liability period. The department shall carry out routine
maintenance only. However, if any failure is noticed during this period which is
attributable to poor quality of material and bad workmanship, the contractor will be
required to rectify the same at his own cost, failure of which the department will be at
liberty to get the defects rectified at the risk & cost of the contractor. The contractor
will also be required to carryout his own inspection/testing during the
guarantee/warranty period and attend to any defect taking place during this period.
58.0 Priority to arrange the material shall be decided by the department. However material
required for the work shall be brought at site only at the appropriate time keeping in
view the progress of building works as well as Electrical & Mechanical works.
Decision of Engineer-in -charge in this regard shall be final.
59.0 The contractor has to intimate his authorized representative, who will be receiving
instructions in his absence. The contractor /his authorized representative is bound to
sign the site order book as and when required by the Engineer-in-charge and to
comply with the instructions therein.
60.0 Suitable back plates providing for fixing the wall brackets and ceiling flush fittings
shall be supplied by the contractor free of cost.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 59 - A.E.(E) / A.E.(C)
61.0 It shall be responsibility of contractor to provide polythene/PVC plastic cover for
all SDBs/meter boards/feeder pillars/panels etc. so as to protect them from wear
& tear/damage during execution stage. Contractor shall provide the covers for the
materials if any being supplied departmentally also. Nothing extra shall be paid on
this account.
62.0 Contractor is fully responsible for any kind of damage to the LT/HT cable during
execution of work. No joints shall be allowed if the cable is damaged. Contractor has
to replace the full length at his own cost.
63.0 The MCB/MCCB and switch accessories should be of same make as that of MCB
DBs and Modular Switch boxes respectively. The make of cable end boxes will also
be same that of MCBDBs.
64.0 Colour coding shall have to be adopted in the wiring system as per specification.
66.0 Suitable crimping tools shall be used for crimping the lugs/thimbles/ferrules. Nothing
extra shall be paid on this account. The lugs/thimbles/ferrules pressed by
conventional/ordinary pliers shall not be accepted.
67.0 A suitable brass/tinned copper neutral link shall be fixed at suitable place in the
Metallic outlet boxes of all sizes to terminate neutral wire properly. Nothing extra
shall be paid on this account.
68.0 An earth termination with earth stud of brass/tinned copper i/c 2 No. metallic washers
or suitable earth bar of Brass/tinned copper with tinned copper thimbles/ferrules/lugs
should be suitably fixed at suitable place in the Metallic outlet box for termination of
protective earth conductor. Nothing extra shall be paid on this account.
69.0 In the outlet boxes, phase from one switch to other switch shall be looped with
suitable size of solid copper conductor. Nothing extra shall be paid on this account.
Stranded conductor shall not be accepted.
70.0 Only required number of knockouts should be removed from Metallic outlet boxes for
entry of conduits. If more than required number of knockouts are removed, the
Metallic outlet box shall not be accepted.
71.0 Separate GI boxes shall be used for staircase light switches and bell push. Nothing
extra shall be paid on this account.
72.0 Metal sheath of Co-axial T.V. cable shall be terminated using 'U' shape
thimble/lugs/ferrules. Nothing extra shall be paid on this account.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 60 - A.E.(E) / A.E.(C)
73.0 To facilitate drawing of wires 16/18 SWG GI fish wire be provided along with laying
of recessed conduit. Nothing extra shall be paid on this account.
74.0 Cable connection to switch gear is deemed to be included in the item of end
termination. No extra payment shall be made for that.
Note : The quantity of material in the BOQ is indicative. Contractor has to assess the
actual requirement of material at site before placing the order, keeping in view
the drawing and site requirement from the shortest route. No claim for payment
for unused excess material shall be entertained.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 61 - A.E.(E) / A.E.(C)
Sub-Head-I : Internal EI Work
Name of work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
1.1 The work shall be executed as per CPWD’s general specification for Electrical Works
Part-I (Internal) 2013, Part-II (External) 2007, Part-IV (Sub-station) 2013, Part-V
(Wet Riser and Sprinkler System for Fire Fighting Installation) 2006, Part-VI (Fire
Alarm System), Part-VII (DG Set) 2013 and CPWD General Specification for
Electrical Works (Part III Lifts & Escalators-2003), IE Rules, Indian Standards
amended upto date and as per direction of Engineer-in-Charge. The additional
specifications are to be read with above and in case of any variations; specifications
given along with the tender shall apply.
1.2 The contractor shall bring sample of materials for approval of the Engineer-in-charge.
Sample of approved materials must be kept at site for inspection/comparison with
materials to be used in work by senior officers. All materials shall be delivered with
manufactures test certificates and technical catalogues, instructions manuals, wiring
diagram etc. as required.
1.3 However, it shall be the responsibility of the Contractor to ensure that all wiring work
has been carried out as per specification and till fixing of Electrical lighting fixtures it
will be responsibility of the contractor that all points/ circuit wiring our in intake in
position and in working order.
1.4 All hardware items such as screws, thimbles, connectors, earth/neutral terminals,
wires etc. which are essentially required for completing any item as per specifications
will be deemed to have been included in the item even when the same have not been
specifically mentioned.
1.5 All hardware material such as nuts/bolts/screws/washers etc. to be used in the work
shall be zinc/cadmium plated iron. The galvanized boxes of modular switch/sockets
etc. shall be of the same make as of switch/socket etc.
1.6 While laying conduit, suitable minimum number of junction boxes shall be left for
pulling the wires. These shall be placed in such a way that the same do not remain
noticeable.
1.7 Multi stranded FRLS PVC insulated copper conductors wires are to be used in the
work. Termination of multi-stranded conductors shall be done using crimping type
copper thimbles at both the ends. Nothing extra shall be paid for the same.
1.8 The contractor shall follow the shortest route for circuits, submain, point wiring etc.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 62 - A.E.(E) / A.E.(C)
1.9 The connections of switches, sensors, earthing conductors & interconnections cables
shall be made by adequate rating thimbles of approved standard makes only and
nothing extra on this account shall be paid.
1.10 Check nuts shall be provided while terminating the M.S. conduits in switch board
boxes for which nothing extra shall be paid.
1.11 All distribution boards shall be marked with circuits controlling the rooms/area/SDB
controlled.
1.12 Material to be used in the work shall be ISI marked. The makes of material have been
indicated in the list of acceptable makes. No other make will be acceptable. The
material to be used in the work shall be got approved from the Engineer-in-charge
before its use at site. The Engineer-in-charge shall reserve the right to instruct the
contractor to remove the material which, in his opinion, is not as per specifications.
1.13 While deciding the size of switch boxes for light points/fan point, exhaust fan point
items, extra two modules will be provided for each fan point for fixing of regulator(s)
(fan regulator is to be provided under different item). Wherever extra modules are
available, the same shall be provided with blanking plates without any extra cost.
1.15 The building shall be provided with false ceiling in various areas. In order to avoid
maintenance problem the contractor will not provide any ceiling
rose/connector/looping box etc. above the false ceiling. The point wiring in that case
will be extended up to the fitting/fan etc. directly without provisions of any
termination arrangement in between. The wire from the end point up to the fixture
shall be considered to be included in the point wiring. Nothing extra shall be paid for
the same.
1.16 Wherever it is not possible to provide rigid conduits, flexible conduit pipe shall be
provided for drawing/running the wires. However, such arrangement has to be kept to
the barest minimum and only with the prior approval of Engineer-in-charge.
1.17 Earthing and all hidden items of work shall be carried out in the presence of the
Engineer-in-charge or his authorized representative.
1.18 The fan box cover shall be made from 3mm thick phenolic laminated sheet as per
CPWD specification.
1.19 The contractor shall provide only metallic junction boxes/looping boxes with cover of
required sizes even in PVC conduiting and such boxes shall be measured as a part of
conduit/wiring without any extra payment.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 63 - A.E.(E) / A.E.(C)
1.20 The metallic junction boxes & looping boxes shall be covered with approved makes
of phenolic laminated sheet. For telephone, television & fire alarm system shall be
provided at all the floors within scope of work without any extra cost as per
requirement & layout approved by Engineer-in-charge.
1.21 The quantities of various items may vary from the quantities given in schedule of
work. The agency shall bring the various items & materials as per actual requirement
at site at the time of execution of work. Excess quantities shall not be accepted & paid
by the department.
1.22 The ceiling roses wherever required to be provided are included in the scope of work
without extra payment and the same shall also be of modular type & of the same make
as that of switches & sockets along with earthing provision.
1.23 All the excavation work for laying of Ring Main MS Pipes, Sprinkler MS pipes
and UG armoured cable shall be permitted manually only. No mechanical means
shall be permitted for any of excavation works. The contractor shall take all
precautions for safety of exisiting cables and pipe lines of various services,
damage if any during the execution of work shall be attended and made
operational by the contractor at his risk and cost within 24 Hrs. of damage of
same.
1.24 The models of the LED fittings from given makes will be finalized at the time of
execution based on specification given in BOQ.
Guarantee for LED Lights:-The contractor will stand performance guarantee of all
LED Fittings in BOQ for a period of 60 months from the date of completion of the
work. An amount for this performance guarantee of amounting 5% of agreement /
ECPT (whichever is higher) rate of these items has to deposit with Executive
Engineer(E), CPWD, Jaipur in shape of FDR/TDR/Bank Guarantee in favour of EE(E),
CPWD, Jaipur after completion of work, but before receiving payment of final bill. This
performance guarantee for above said items will be refunded year wise proportionately.
If the performance of any of the LED item found unsatisfactory during the guarantee
period or contractor failed to replace the defective LED equipment within a week time,
the amount of performance guarantee shall be forfeited absolutely.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 64 - A.E.(E) / A.E.(C)
Sub-Head-II : Fire Alarm System
Name of work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
1.1 The work shall be carried out as per tender specifications and in accordance with the
followings :
a) BIS Code of practice (IS: 2189 – 1988) for Selection, Installation and
Maintenance of Automatic Fire detection and Alarm system with amendments up
to date.
b) CPWD General Specifications for Electrical works Part - I Internal - 2013 as
amended up to date.
c) CPWD General Specifications for Electrical works Part - II External - 1994 as
amended up to date.
d) CPWD General Specifications for PART-VI FIRE DETECTION AND ALARM
SYSTEM 2018 as amended up to date.
1.2 The contractor shall carry out the work as per requirements of the CFO and Local
body regulations as applicable.
1.3.1 The Contractor shall prepare detailed working drawings in coordination with other
Architectural and Services drawing and get these working drawings approved by the
Engineer-in-charge. The approval of such drawings by the Engineer-in-charge shall
be from the point of view of assisting the Contractor in Coordination of Services with
other agencies and shall not absolve the contractor from his absolute and indivisible
responsibility on performance and operation of his installation.
The following percentage of contract rates for the various items included in the
contract shall be payable against the stage of work shown herein;
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 65 - A.E.(E) / A.E.(C)
1.5 Inspection and Testing
1.5.1 The contractor shall provide all necessary facilities for inspection of his equipment. In
case of imported equipments, the contractor shall furnish the routine and type test
certificates to the satisfaction of Engineer-in- charge.
1.5.2 All information, documents and tests as required by CFO and other local bodies and
their final approval for this installation shall have to be arranged by the contractor. All
expenditure arising out of inspections of CFO or Local body shall have to be borne by
the contractor and the same shall not be reimbursed by the department.
1.6 Completion Plan: Completion plan indicating the wiring layout, location of detectors,
inventories & manuals as per Technical specification shall be provided by the
contractor after completion of work and before payment of Final Bill.
A.1.1 These specifications shall cover the Design, Supply, Erection, Testing, and
Commissioning for the proposed ESIC, Kota.
A.2.1 It is the intent of this specification to define a state-of-art integrated addressable Fire
Alarm System, which is user friendly, modular, flexible and expandable. The system
is to be designed, installed, customised, tested, commissioned and supported by a
local office or agent of the manufacturer by Engineers skilled in providing functional
and efficient solutions to the needs of the Engineer in charge.
A.2.3 The entire installation shall be in accordance with the requirements and stipulations of
the Chief Fire Officer and his office. In addition, it shall also be in accordance with
the national and local electrical codes and the Underwriters Laboratories standards/
EN Standards.
A.2.4 All electronic equipment shall conform to the pertinent regulations governing radio
frequency electromagnetic interference and should be so labelled.
A.2.5 All system components and sub-systems are to be fault tolerant and provide
satisfactory operation without damage at + 10% of the rated voltage and at + 3 Hz
variation in line frequency.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 66 - A.E.(E) / A.E.(C)
A.3. TECHNICAL DATA
A.3.1 The Tenderer shall submit comprehensive technical information for all the equipment
and material before supply of material.
A.3.2 Technical catalogues and performance Tables/ Curves of all equipment and machines
must be submitted with the offer.
A.4.1 The Contractor shall execute the work on the basis of indicative designs hereby given
and accepted by him with or without modifications or new designs submitted by him
at the tender stage and accepted by Engineer in charge, as the case may be. All
Variations, i.e. additions, omissions or substitutions necessitated at anytime for any
reason whatsoever, shall be deemed to have been accepted by the Contractor as not
vitiating the performance based nature of this contract. If any such variations,
irrespective of whether such variations are intended to be executed by other agencies
employed by the Engineer-in-charge, have any bearing on the performance of this
Contract, the same shall immediately be brought to the notice of Engineer-in-charge
by the Contractor in writing. In any case the Contractor shall have to guarantee for
due and proper performance of the works agreed to be so erected.
A.4.2 The Fire Detection and alarm System installation shall be designed and guaranteed to
perform as indicted in other parts of these specifications and drawings read in
conjunction with statutory requirements.
A.4.3 All equipment shall be tested at manufacturer's Works as per latest relevant BIS
specifications or in the absence of IS specification approved testing methods shall be
followed and Test Certificates/ Reports submitted to the Engineer-in-charge. The
contractor shall intimate in advance the probable date of such tests to the Engineer-in-
charge to enable their representatives to witness the tests if they so desire. But under
no circumstances shall this absolve the Contractor of his responsibility for
Performance of the Equipment or System.
A.4.4 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and as required by
various sections of these specifications.
A.4.5 The Contractor shall take full responsibility for proper operation of the entire system
including debugging and proper calibration of each component and sub-system.
A.4.6 The Contractor shall leave necessary provisions required for fixing instruments,
gauges, meters, etc. for testing the installation even if these are not shown on the
drawings. The Contractor at his own cost shall arrange all such instruments, services
etc. needed for the tests.
A.4.7 It is the sole responsibility of Contractor to obtain all the necessary approvals from the
statutory authorities, either prior to, during or after installation as required. All tests
specified herein-after and witnessed/ approved by Engineer-in-charge, may be
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 67 - A.E.(E) / A.E.(C)
deemed to be invalid at the option of Engineer-in-charge, if the requisite, final and
unconditional approvals from the concerned statutory authorities are not obtained by
the Contractor.
A.4.8 The Contractor shall intimate in writing to Engineer-in-charge as and when individual
components of the installation are ready for tests required for further progress of
erection. All such tests shall be carried out as per these specifications and/ or as
directed by Engineer-in-charge and recorded in the presence of Engineer-in-charge or
his authorized representatives.
A.4.9 On completion of erection, the contractor shall thoroughly clean all the equipment,
inspect and check the entire installation for correctness and completeness and furnish
a detailed report on all components of the installation to Engineer-in-charge. The
contractor shall also inspect and check the services required by him and provided by
other agencies employed by the Engineer-in-charge and confirm the completeness and
correctness of such services to the extent necessary.
A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-
commissioning activities and tests and put the installation initial operation and start-
up during which preliminary adjustments and addressing shall be carried out.
A.4.12 Based on preliminary observations during the initial operation described above,
necessary modifications/ repairs/ replacements/ etc. if any shall be carried out by the
Contractor to the entire satisfaction of Engineer-in-charge. On successful completion
of initial operation, the Contractor shall proceed with trial runs.
A.4.14 All equipment shall be capable of performing the duties specified in these
specifications without damage, distortion or failure of any component.
A.4.15 Individually, the performance of various equipments shall not be less than quoted
ratings and consumption of power shall not exceed the ratings quoted by the tenderer,
when tested in normal operating conditions. Otherwise the equipment / material is
liable for rejection.
A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance
tests.
- 68 - A.E.(E) / A.E.(C)
Charge or demand for full refund of all "On Account" payments made to the
Contractor for that part of the work which has failed to perform, and the Contractor
shall be obliged to do so as directed by the Engineer-in-Charge.
A.5 INSTALLATION:
A.5.1 Installation shall be in accordance with the local and state codes, as shown on the
drawings, and as recommended by the equipment manufacturer.
A.5.2 All conduits, junction boxes, conduit supports and hangers shall be concealed in
finished areas and may be exposed in unfinished areas. Smoke detectors shall not be
installed prior to the system programming and test period. If construction is ongoing
during this period, measures shall be taken to protect smoke detectors from
contamination and physical damage.
A.5.3 All wiring shall be properly supported and run in a neat and workmanship like
manner. All wiring exposed and in equipment rooms shall be parallel to or at right
angles to the building structure. All wiring within enclosures shall be neatly bundled
and anchored to prevent obstruction to devices and terminals.
A.5.4 The Contractor shall be responsible for all electrical installation required for a fully
functional control system and not shown on the electrical plans or required by the
electrical specifications.
A.5.5 All fire detection and alarm system devices, control panels and remote enunciators
shall be flush mounted or surface mounted as per instructions of the Engineer-in-
charge.
A.5.6 Manual call boxes shall be suitable for surface mounting or semi-flush mounting as
shown on the plans, and shall be installed at a height of not less than 1,000 mm, and
not more than 1200 mm above the finished floor level.
A.5.8 At the final inspection, an authorized representative of the manufacturer of the major
equipments shall demonstrate that the system functions properly in every respect.
A.6 DEMONSTRATION :
A.6.1 The Contractor shall completely check out, calibrate and test all connected hardware
and software to ensure that the system performs in accordance with the approved
specifications and sequences of operations submitted.
- 69 - A.E.(E) / A.E.(C)
c) Demonstrate scan, update and alarm responsiveness.
A.7 MANUALS
A.7.1 An Operator’s Manual shall contain graphic explanations of keyboard use for all
operator functions specified under Operator Training.
A.7.2 Computerized printouts of all data file layouts including all point processing
assignments, terminal relationships, scales and offsets, command alarm limits,
program flowcharts, etc.
A.7.3 On completion of works "As Built drawings for completed installation” shall be
prepared by the Contractor and five (5) copies of the same will be supplied to the
Engineer-in-Charge. In addition, Five (5) sets of the followings shall be supplied to
the Engineer-in-charge.
1) Operation Manuals,
2) Technical Literature for the various components of equipment,
3) Controls and Accessories installed,
4) Recommended Spares and Services Manuals
A.8.1 All training by the Contractor shall utilize manuals and as-built documentation and
the on-line help utility.
A.9 Guarantee
A.9.1 The contractor shall guarantee the entire Intelligent Addressable Fire Alarm system
installation as per specifications both for components and for system as a whole. All
equipment shall be guaranteed for One year from the date of handing over to the
client against unsatisfactory performance or breakdown due to defective design,
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 70 - A.E.(E) / A.E.(C)
manufacture and/or installation. The installation shall be covered by the conditions
that the whole installation or any part thereof found defective within one year from
the date of completion shall be replaced or repaired by the contractor free of charge as
decided by the Engineer-in-Charge.
A.9.3 Labour to trouble shoot, repair, reprogram or replace system components shall be
furnished by the contractor at no charge to the Engineer-in-charge during the
guarantee period.
A.9.4 All corrective software modifications made during guarantee period shall be updated
on all user documentation.
A.10. MISCELLANEOUS:
A.10.1 The onus of incorporating the statutory requirements as per local rules and obtaining
necessary approval for the fire alarm systems shall rest fully with the Contractor.
A.10.2 All the Equipment Supplied and Installed by the Contractor shall have compatibility
to be connected to Standard Building Management System (BMS). Adequate
Potential Free Contacts shall be provided for sending/ receiving digital signals. The
Contractor is required to co-ordinate with the BMS Vendor to ensure that Fire alarm
system effectively communicates with the BMS as per the strategy to be decided by
the Engineer-in-Charge.
A.10.3 The installation shall be carried out using new Equipment/ Materials complying with
applicable standards in a workmanship like manner. Engineer-in-charge reserves the
right to reject any part of installation having poor workmanship.
A.10.4 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry
Walls/ Internal Partitions, Chasing on Walls, etc. and making good the same to match
existing surface shall be done by the Contractor. Nothing extra shall be paid on this
account.
A.11 The models of the control panel & associated accessories from given makes will be
finalized at the time of execution based on specification given in BOQ.
A.12 The work is to be carried out in the running hospital building hence the work
shall be executed as per the convenience of hospital authorities and nothing shall
be paid extra on account of waiting time for execution of work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 71 - A.E.(E) / A.E.(C)
A.13 The work of Supplying and fixing of MS conduit pipes is to be executed in
exising stone masonary walls. For crossing of conduit pipes through the wall the
contractor shall make suitbale arrangement for making openings and
immedietly closing and finishing of same after laying of pipes. The contractor
shall take all precautions of safety of walls and shall make necessary
arrangement for clearing of malba on day to day basis.
A.14 The contractor shall take all measures to comply the guidelines issued by the
Govt. of India for spreading of COVID 19.
A.15 All the excavation work for laying of Ring Main MS Pipes, Sprinkler MS pipes
and UG armoured cable shall be permitted manually only. No mechanical means
shall be permitted for any of excavation works. The contractor shall take all
precautions for safety of exisiting cables and pipe lines of various services,
damage if any during the execution of work shall be attended and made
operational by the contractor at his risk and cost within 24 Hrs. of damage of
same.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 72 - A.E.(E) / A.E.(C)
TECHNICAL SPECIFICATIONS FOR FIRE ALARM SYSTEM
SECTION-1
INTRODUCTION
Intelligent Addressable Fire Alarm System
General & System Engineering
The latest development in fire alarm system, Detectors Technology is Intelligent Addressable
Fire Alarm System over conventional system. It is now become almost necessary to install
this system in every functional and important building because the system has many
advantages over conventional automatic fire alarm system such as:
(i) Accurate quick response to emergencies.
a. Early fire warning
b. Individual Device identification / location
c. Analog Signal feed back
d. Pre-alarm notification
(ii) Eliminates nuisance alarms
(iii) Powerful operator interface
(iv) Reliable
(v) Advance on line diagnostics i.e.
a. Continuous circuit supervision
b. Detection and isolation of faults
c. Continuous processing of analog value sensor data
d. Maintenance diagnostics
e. Panel test
f. Control Board self test
(vi) Reduction in maintenance costs by:
a. Remote testing and sensitivity adjustment.
b. Panel testing of smoke sensor to meet International Standard.
c. Individual sensor cleaning on need based only.
(vii) Flexible application
An intelligent addressable fire alarm system is provided to effect total control over the life
safety services required in the building. The system is provided with addressable and analog
fire alarm initiating, annunciating and control devices. The system is such that smoke
sensors/detectors, thermal sensors/detectors and manual call points etc. can be identified with
point address. The system is capable of:
(a) Setting smoke sensor sensitivity remotely on a pre-programmed sequence. The system
is able to recognize normal and alarm values that reveal trouble condition, pre alarm or
need of maintenance.
(b) Provide a maintenance / pre-alert capability at smoke sensors to prevent the detectors
from indications a false alarm due to dust, dirt, etc.
(c) Provide alarm verification of individual smoke sensors. Alarm verification printed on
the in-built printer of the main fire alarm panel on the external printer attached.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 73 - A.E.(E) / A.E.(C)
(d) Provide outputs that are addressable i.e. output have a point address to be set from the
main control station. The operator is able to assign such points to logical point groups
(software zones) for pre-programmed operation.
(e) In the event of fire alarm but not in a fault condition, the exact location is shown on the
main fire alarm panel, local sounder automatically sounded; the complete information
is printed along with time and date of occurrence. Air handling units on the effected
zones is automatically switched OFF and simultaneously respective fire dampers are
closed. Pressurization fans on the evacuation shafts i.e. stairwells, etc. are automatically
switched ON. All system output program assigned via control-by-event programs that
are activated by a particular point in the alarm are executed, and the associated system
output (alarm notification appliance and/ or relays) are activated. The audio portion
integrated to the system directs the proper signal (tone or Voice) to the appropriate
speaker circuits. Pre-recorded alarm messages are played on the public address system.
(f) All the loop elements are able to isolate the short circuits on the loop wiring and thus no
element is isolated in the event of single short circuit and the exact location of the short
circuit is indicated on the respective fire alarm panel.
(g) The fire alarm panels have necessary interface units for intelligent addressable detectors
alarm output modules for external actuations through fail safe programmable relays and
communication interface.
(h) Fire alarm management system in an intelligent addressable Fire Alarm and Detection
System comprises of Graphical Management System which is multi-user, with a lot of
facilities. It has two screen display the left screen dedicated to display the graphic (
building floor plans, Alarm panels etc.) and the right screen lists all events ( alarm
reports , Fault massages, information about disable detectors etc.)
(i) Building management system provides bidirectional monitoring and operation of the
attach devices of the Fire Alarm and Detection Systems. Besides, other components/
devices in the building like AHU's Pressurization Doors , lifts etc. can also be
monitored and operated from the graphical fire alarm management software.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 74 - A.E.(E) / A.E.(C)
SECTION-2
MANUAL CALL POINTS
2.1 Scope
This section covers the requirements of manual call points (MCP) used in addressable
intelligent fire alarm systems.
ii. A micro switch within the units is held “off” by the edge of the glass when
glass is broken the switch is released and a signal is transmitted to control
panel where the alarm is raised. The glass is preferably plastic coated to
eliminate the damage of splinters causing injury.
iii. For testing without breaking the glass a test key, should be available so as to
lower or remove the glass to release the micro switch. Full functional test is
achieved accordingly.
v. The unit shall be made out of polycarbonate ABS blend with flame retardant &
self extinguishing properties or cast aluminum or ASA plastic or as per
manufacturer design and applicable standards.
vi. It shall preferably contain an integrated short circuit isolator which should
ensure that a fault is localized and that the loop continues to function fully in
the event of a wire break or a short circuit.
vii. The call box shall have suitable provision to knock out of termination of a
20mm
viii. conduit. This shall also have suitable provision for being fixed on surface or
semi recessed in wall.
ix. The word 'FIRE' shall appear embossed in red color on the front.
xi. Protective category shall be IP54 for indoors & IP65 for outdoors applications.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 75 - A.E.(E) / A.E.(C)
2.2.1 Installation Requirements
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 76 - A.E.(E) / A.E.(C)
SECTION-3
INTELLIGENT ADDRESSABLE FIRE DETECTORS
3.1 Scope
The section covers the requirement of automatic intelligent addressable fire detectors.
Each detector shall incorporate indicator ''LED'' at the detector which shall blink on
actuation of the detector to locate the detector which is operated while on fire. The
detector shall not be affected by the failure of the response indicator lamp.
3.3.2 The detector shall have preferably 3600 visible view of the alarm LED or twin LEDs
blink whenever detector is addressed.
3.3.3 The detector shall have preferably with integrated built in short circuit isolator or as
per manufacturer design so that in case of any short circuit in the detector, the detector
can be isolated so that loop should be able to retain the full functionality or in case
built in short circuit isolator not available/ provided by the manufacturer a fault
isolator unit shall be provided after every 20 detectors/ devices in a loop. But in later
case isolator unit shall ensure that the loop is functional except the faulty detector.
3.3.5 The detector shall be with built in microprocessor capable of making alarm on control
panel based on the information stored in detector.
3.3.6 The detector shall confirm to international standard i.e. NFPA/EN or equivalent.
3.3.7 The detector shall provide electronic address setting by means of configuration
software.
3.3.8 The detector shall be plug-in-type and shall have common base to facilitate exchange
for cleaning & maintenance. The base of the detector shall be interchangeable with
other smoke detectors.
3.3.9 The detector shall be supplied fully tested and each detector should bear the SI. No.
and seal of the approving laboratory/body.
3.3.10 The detectors, device including response indicator and control panel shall be of same
make.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 77 - A.E.(E) / A.E.(C)
3.3.11 Reversed polarity or faulty zone wiring shall not damage the detector.
3.3.13 The detector should have static voltage over load protection.
3.3.14 The detector shall be individually identifiable from the control unit by geographical
location in the system.
3.3.15 The detector shall connect to the local control unit via a fully supervised two wire
circuit.
3.3.16 The detector shall be inserted into or remove from the base by a simple push twist
mechanism with an appropriate tool.
(i) The Beam Detectors shall be long range, projected beam type smoke detectors
which consist of a separate transmitter and receiver and evaluating unit
integrated into a compact housing.
(ii) The transmitter shall emit an invisible pulsed infra red beam to receiver when
beam is obscured beyond selected threshold (20%, 30%,........70% obscuration)
by smoke, the receiver shall signal an alarm. If the beam is completely
blocked, receiver shall signal a trouble.
(iii) It shall provide selectable sensitivity and alarm response time for flexibility of
installations.
(iv) It shall have a range coverage from 9 mtrs. to 100 mtrs. with upto 16-17 mtrs.
spacing between adjacent detectors on smooth , flat ceilings.
(v) It shall have automatic environment compensation.
Type of Heat Detectors as given in para 3.3, 3.51, 3.5.2, 3.5.3 & 3.5.4 (Section-3 Part
A) except the following:
(i) The detector and transmission electronics in the detector head for easy
exchange in the event of malfunction. Therefore no electronics are permitted in
base.
(ii) It has maximum triggering temperature programmable from 580 C to 810 C.
(iii) It has high level of immunity to electromagnetic influences.
(iv) The alarm signal when limit temperature is reached is given in Para (ii) above.
(v) Automatic addressing during initial set up or exchange of the detector, without
making adjustment of detector.
(vi) Adjustment of the maximum temperature value in combination with or without
the temperature differential value.
(vii) Theft protection to protect against unauthorized removal of the detector from
base can be available.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 78 - A.E.(E) / A.E.(C)
3.6 Addressable optical- Thermal ( Multi Criteria Detector):
(i) The intelligent multi criteria detector shall have photo electric and thermal
technologies in a signal sensing device.
(ii) The device shall include to combine the signal of the thermal sensor with the
signal of the photoelectric signal in an effort to react in the event of a fire
condition.
(iii) It shall have an ability to distinguish between a fire condition and a fire alarm
condition by examining the characteristics of the thermal and smoke sensing
chambers and comparing them to database of actual fire and deceptive
phenomena.
Use:
(i) These detector shall be utilized for slow smoldering fire.
(ii) The microprocessor shall be capable of selecting the appropriate sensitivity
levels based on the environmental conditions, it can be in office,
manufacturing unit, kitchen etc. and have the ability to automatically change
the setting as the environment changes.
(i) The detectors of all types shall fit into a common type of standard base.
(ii) Once a base has been installed, it shall be possible to insert, remove and
exchange different types of detectors by a simple push & twist movement.
(iii) The standard base shall be equipped with screw less wiring terminals suitable
for securing wire size upto 1.5sqmm and with built in strain limits to prevent
permanent terminals deformation and weakening of contact pressure.
(iv) It shall have a sealing plate, prevent dirt, dust condensation or water from the
conduit reaching the wire terminals of the detector contact points.
(v) All standard base shall be supplied with a removable dust cover to protect the
contact area during installation and construction phase of the building. It must
allow the inspection and verification of the zone wiring before insertion of any
detectors.
(vi) The standard base shall have a built in mechanism, which allows mechanical
locking of any installed detector head, thus preventing unauthorized removal
or temperin while maintaining.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 79 - A.E.(E) / A.E.(C)
(vii) Reversed polarity or faulty zone wiring shall not damage the detector.
(i) The module shall be suitable to monitor the polling of up to minimum four
potential free contacts by using a single or multiple housing and designed for
surface or flush mounting.
(ii) The operating mode can be selected and is assigned separately for each input
the addressing of the module and the setting of parameters should be carried
out using PC software, via the fire alarm control panel.
(iii) The module should contain an integrated short circuit isolator which ensures
that the fault is localized and the loop continues to function fully in the event
of a wire break or a short circuit.
(iv) The module should be minimum IP 40 protection category when housed in a
case or as per manufacturer design.
(v) The module should be with soft addressing to be set with a PC via fire alarm
panel at the time of programming.
(vi) The module should have integrated buzzer force signaling maintenance alarms.
(vii) An LED shall be provided that shall flash under normal condition indicate that
module is operational.
(i) Relay module may contain upto four relays each with a potential free
changeover contact.
(ii) Each relay contact should be FAIL/ SAFE programmable, means it should be
possible to program each contact to operate in three conditions viz. NO FIRE
CONDITION, FIRE CONDITION AND LOOP POWER FAILURE
CONDITION.
(iii) Both the addressing of the module and setting of parameters to be carried out
using PC software via the fire alarm control panel.
(iv) The module contains a short circuit isolator, which ensures that the fault is
localized and that the loop continues to function fully in the event of a wire
break or a shot circuit.
(v) The module should be minimum with IP 40 protection category when housed
in a case or as per manufacture design.
(vi) It should have integrated buzzer for signaling maintenance alarms.
(vii) Its housing have is designed for surface or flush mounting.
(i) The module shall limit the number of module of detectors that may be
rendered inoperative by a short circuit on the loop segment.
(ii) At least one isolator module shall be provided for each floor or protected zone
of the building.
(iii) If a wire short circuit occurs, the isolator module shall automatically open
circuit (disconnect) the loop. When the short circuit condition is corrected, the
module shall automatically reconnect the isolated section.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 80 - A.E.(E) / A.E.(C)
(iv) The module shall not require any address setting and its operation shall be
automatic. It shall not be necessary to replace or reset an isolator module after
its normal operation.
(v) It shall give information on the control panel in the form of audio- visual alarm
enunciations along with list of detectors which have become non-functional.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 81 - A.E.(E) / A.E.(C)
Section-4
Addressable Fire Alarm Control Panel
4.0 Scope :
This section covers the requirements of main fire alarm, control panel, repeater panel,
graphical management system, response indicator etc. used in addressable fire alarm
system.
4.2 General
(i) In the event of fire alarm but not in a fault condition, the exact location shall
be shown on the Main Fire Alarm Panel (MFAP).
(ii) Local sounder should sound automatically.
(iii) Complete information shall be printed with time and date of occurrence.
(iv) Air handling units on the effected zones shall be automatically switched OFF
and respective fire dampers shall also be closed.
(v) Pressurization fans of staircase shall automatically be switched ON.
(vi) The audio portion integrated to the system shall direct the proper signal (tone
or voice) to the appropriate speaker circuits.
(vii) Pre-recorded alarm messages shall be played on the Public Address System.
(viii) The panel shall have the facility to process the input signals and control the
output functions either directly or through interface modules as per the
requirements.
(ix) The panels shall have necessary interface units for addressable detectors alarm
output modules for external actuations through fail safe programmable relays.
(x) The processor shall interact with the other modules through a common bus.
(xi) The system shall store all basic information and job specific data in memory.
(xii) Different password shall protect any change to system operations.
(xiii) The design of the panel hardware and software shall incorporate the capability
to accept additional input from fire protection system such as sprinkler and
water flow switch, operation of fire dampers, pressurization fans etc.
(xiv) The panel shall have an extra loop card to serve as standby in case of burn out
or malfunctioning of any operating loop cards.
(xv) The panel shall be totally enclosed, dust and vermin proof.
Following are the types of control and indication panels in Addressable Fire Alarm
Control Panel:
(i) Intelligent Addressable Main Fire Alarm Control and Indicating Panel.
(ii) Graphical Fire Alarm Management System.
(iii) Intelligent Repeater Panel.
(iv) Intelligent Response Indicator
(v) Talk Back System / Fire Fighter Telephone Systems.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 82 - A.E.(E) / A.E.(C)
4.4 Addressable Fire Alarm Control Panel (FACP)
1. The addressable Fire Alarm Control Panel (FACP) shall function as a network
panel & also as a fully stand alone panel. FACP shall have its own
microprocessor, software and memory. In the event of failure of panel or
communication breakdown between the networked panels the FACP shall
automatically operate on stand-alone mode without sacrificing any functions (The
networking should be peer to peer). Information of all panel in the network should
be available on all individual panels.
3. FACP shall supervise detection circuits and shall generate an alarm in case of
abnormal conditions.
4. FACP shall provide general purpose inputs for monitoring such functions as low
battery on AC power failure. FACPs shall provide tamper protection and
commandable outputs, which can operate relays or logic level devices.
5. Smoke detectors shall be powered using the FACP based smoke detection circuits
FACPs shall provide control for resetting smoke detectors, fault isolation and
sensor loop operations. It shall be possible to mix different fire devices within
same FACP to optimize field wiring.
6. It shall be possible for the panel to have a loop length with different modules
offering 1.5 km length of devices from the panel.
7. FACP shall provide monitoring and control of one floor or area or for multiple
floors or areas. FACP shall meet the following requirements to assure the integrity
and reliability of the system:
(a) The FACP shall have proper listing and / or approval from the following
recognized agencies:
(i) National Fire Protection Association (NFPA) -USA. This will cover
the following approval:
a. UL (Under writers Laboratories Inc.)
b. ULC (Under writers Laboratories Canada)
c. FM (Factory Mutual)
d. CSFM (California State Fire Marshal)
(ii) EN (European)
This will cover the following approval:
a. LPCB (Loss Prevention Council Board)
b. VDS (Vertauen Durch Sicherheit)
c. BRE
(b) FACP shall be NFPA/EN listed independently and as per relevant IS Code
as a Fire Alarm Control Panel.
(c) The FACP should have integrated power distribution module and fixed
cabling done internally to guarantee a clear and tidy cable feed
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 83 - A.E.(E) / A.E.(C)
(d) The panel should have an LCD display with minimum 300 characters and
keypad. The Display should enable a flexible design of the operating menu
with variable keys and message windows fixed keys should be used for
standard operating steps e.g. for fire alarm securities supervisory trouble
and other events. The current status of the system should be displayed by
LED's interfaces (RS232) enable the connection to a PC.
(e) The panel should have a 230V AC power supply unit in plug in design
with rack and panel connector and 24VDC /6Amp. single output power
supply. The module should be protected against over voltage and reverse
polarity. The output voltage is monitored and regulated externally.
(f) LCD display at the FACP shall be provided to indicate point of alarm or
trouble. In Such systems means for manually scanning the points in trouble
shall be provided and a trouble and alarm LED shall be used to indicate
that there are points in alarm / trouble. The alarm /trouble LED shall only
get switched off when all alarm / trouble are cleared from the loop.
(g) It shall be possible to command test, reset and alarm silence from the
FACP.
9. Software zones/loops shall be circuited and protected by fault isolators such that
in the event of a zone/ loop short –circuit, smoke and thermal sensors shall be
located and shall report alarm and fault isolator unit after every 20 detector or
devices in a loop isolates the part.
10. Monitoring modules shall be provided to monitor and address contact-type input
devices. The monitor module shall be housed in the FACP supervised by FACP.
11. The FACP shall have drift compensation facility to compensate for environment.
When a detector accumulates dust in the chamber and reaches an unacceptable
level but still below the allowed limit, the control panel shall indicate a
maintenance alert warning. When the detector accumulates dust in the chamber
above the allowed limit, the control panel shall indicate a maintenance urgent
warning.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 84 - A.E.(E) / A.E.(C)
12. The FACP should be NFPA/EN listed approved to provide the sensitivity
measurement and documentation required.
13. FACP shall be backed up with its built in UPS power or can be powered
separately.
14. The display on FACP shall provide indication for AC power, system alarm,
system trouble/security alarm, display trouble and signal silence to this would
mean that in the event of change of any detector/zone sequence alterations, the
operator can initiate these by use of the LCD & alpha –numeric keys on the FACP
panel to reconfigure the above parameters.
17. There shall be minimum 20% spare capacity in the looping system for future
expansions. The firm has to intimate the maximum number of devices/ detectors
can be connected in one loop based on the manufacturer design . Some devices
need external supply and some devices supported by loop power.
18. The length of loop shall not exceed more than 3000 meter for wire size 1.5sq mm.
as per manufacturer recommendations.
19. Each loop should not be divided into more than 8 fire zones.
(i) The fire alarm management system shall be a multiuser graphical management
system to centrally monitor and operate the fire alarm system by a computer
having a graphical software.
(ii) All the messages and status of the connected detectors & devices with main
control panel shall be displayed on the PC monitor to operate via keyboard and
mouse. All devices & detectors should be visible on building plans
superimposed in fire alarm system.
(iii) The modular expansion of the system should be possible by adding software
modules.
(iv) Power graphics with a dynamic zoom function should be available.
(v) The system shall have password system with individual password and access
privileges shall also be available.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 85 - A.E.(E) / A.E.(C)
(vi) The system should be capable monitoring status of detector. The status of each
detector be monitored by the fire alarm system.
(vii) The operator should be able to adjust the sensitivity of any detector.
(viii) The operator should be able to define the entire database for the fire system.
(ix) The operator should be able to acknowledge alarm or trouble messages by the
fire alarm system.
(i) The repeater panel shall be active repeater panel with all the controls and
monitoring as on the main fire alarm panel.
(ii) The panel shall be functioning as a controller.
(iii) The panel shall allow remote command in the system reset, trouble and alarm
silence and manual alarm.
(iv) A keyed switch shall enable or disable the keys.
(v) The panel shall be compatible with the analog fire detection and alarm main
control panel.
(vi) It shall be programmable to display information for the entire system i.e. all
panels in the network.
(vii) It shall have minimum 80 characters LCD display (display system status). The
back lit display repeats the status, trouble and alarm messages displayed at the
fire detection and alarm panel in English text.
(viii) The system text displays shall include: Alarm missing point trouble; system
test, service, local system test, extra custom test by polling circuit and address.
(ix) It shall have an internal trouble buzzer .
(x) It shall be possible to connect upto 4 repeater panels with each fire detection &
alarm panel.
(xi) It shall annunciate alarm and trouble conditions.
Application:
The repeater panel can be installed in the guard rooms/security room at the entrance
of a building or complex which may have one or more buildings so that in case of
emergency the security personnel can rush straight to the trouble point.
(i) No panel or management system shall be located inside any room the building
or in a room of severe environment conditions.
(ii) The panel shall be positioned in “Fire Alarm Control Room” in a building or
any other conspicuously sited location so as to be visible without effort on
entering a building and as per the drawing approval by the department
/consultant architect.
(iii) The panel shall be either wall mounted or floor mounted.
(i) The response indicator shall be used to locate a fire alarm if the detector's LED
cannot be seen (i.e. it is hidden by false floors, false ceilings etc.). When a
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 86 - A.E.(E) / A.E.(C)
detector is set off, as well as the alarm message being sent, unit response
indicator is also activated and flashes red.
(ii) The response indicator shall loop powered and separate power supply shall not
be required.
(iii) Remote response indicator shall be installed outside the areas normally kept
closed to identify the detector response even if the room is locked. These
indicators shall be able to indicate the status of the corresponding detectors in
these areas.
(i) Response indicator shall be installed on wall such that its top is at door level
and by the side of the entrance to the respective premises.
(ii) Response indicators for detectors installed over a false ceiling in a corridor
shall be installed directly under the false ceiling.
(iii) Response indicators for detectors under a false floor shall be installed at a
height of 1 mtr. above false floor level. Additionally, a marking of an arrow
pointing downwards shall be made by the side of the response indicator.
(iv) The installation shall be such that visual indications from the response
indicators are conspicuous and the affected area is spotted without difficulty.
Fire Fighters Telephone System Panel shall be microprocessor based with its own
microcontroller, memory, communication modules, intelligent initiating and
indicating devices and suitable SMPS. The panel shall be suitable for required number
talk back unit connections. The fire fighters telephone system will have integral talk
back system to provide a 2 way voice communication between the fire fighters
telephone. The talk back system shall include fire fighter master control console with
a backlit LCD display for status display and a fire fighters telephone handset, standby
battery for 24 hours in operation and half an hour alarm condition. The Fire Fighter
Telephone System shall also include the following:
A red colored master telephone handset with flexible coiled self winding five feet
cord placed within the fire fighters telephone system panel housing:-
- Input power supply : 230 volts AC 50Hz single phase supply 17-28V DC
through rectifier, sealed maintenance free battery including trickle/Booster
battery charger. Fire fighters telephone system panel housing shall be Dust and
vermin proof cold rolled steel sheet 16 gauge powder coated with see through
glass front Fire fighters Telephone system shall be able to withstand 100 to
4900C and upto 93 % RH non condensing type.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 87 - A.E.(E) / A.E.(C)
Fire fighter Telephone system shall be able to be integrated with building and control
system and Public Address System.
Red Colored fire fighters telephone of rugged ABS plastic construction with 1500 mm
coiled cord, a hook switch and the telephone jack placed in a surface mounted cabinet
of 18 gauge CRC sheet steel construction with a hinged lockable door and a break
glass full front panel labeled. Fire Fighters Telephone including painting with two
coats of red synthetic enamel paint over one coat of primer.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 88 - A.E.(E) / A.E.(C)
SECTION-5
ADDRESSABLE INTELLIGENT SOUNDERS
AND SILENCING SWITCHES
5.1 SCOPE
This section covers the requirements of sounders and silencing switches used in fire
alarm systems:
(i) Panel Sounder shall be provided in specified fire alarm panel, repeater panel if
any so as to draw attention of the caretaking personnel in a building to a fault
in the FAS wiring and a fire condition in the protected premises.
(ii) Fire alarm sounder of low intensity type shall be installed to signal to the
occupants of the building to evacuate in the event of a fire.
(iii) Fire alarm sounders cum strobe of high intensity types shall be installed to
draw the attention of the fire fighting personnel towards the main location of
fire in the premises where a fire has erupted. The strobe should have a light
intensity of 15cd. To 100cd.
(iv) Fire alarm sounders shall not be used for any purpose other than for fire
operations.
(v) Silencing facility shall be provided only for panel sounders and not for fire
alarm sounders.
(vi) It shall be designed Suitable for ceiling mounted or wall mounted.
(i) Panel sounders shall be actuated automatically from the control panel.
(ii) Panel sounders shall be actuated automatically as soon as fire alarm signal is
initiated from any trigger device connected to them. These shall also be
sounded when there is a fault alarm signal within their areas of control.
(iii) A silencing switch shall be provided in the panel. Operation of this switch
shall mute the audio output from the panel sounder in this panel and in its
repeater panel, if any. Silencing switch shall also be provided in repeater panel
which when actuated shall mute the audio output in the panel only.
(iv) Fire alarm sounders in a zone affected by a fire shall be actuated automatically
as soon as fire alarm signal is initiated from any trigger device in that zone. All
other fire alarm sounders shall be actuated only automatically from the fire
alarm panel.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 89 - A.E.(E) / A.E.(C)
5.5 Specification Requirements:
5.5.1 Sounders
(i) The frequency of sound from sounders shall lie in the 500-1000 Hz band. The
sound level shall be at least 65dB (A) or 5dB (a) above or any other noise
likely persists for a period longer than 30 second at any part of the building
sounders with a level greater than 120 dB (A) shall not be provided.
(ii) The sound shall be continuous although the frequencies and amplitude may
vary and of the same characteristics from the fire alarm sounders in a building.
Coded fire alarm signaling from sounders shall not be provided which may
cause hearing damage.
(iii) 'Fault alarm' and 'Fire alarm' in a panel sounder shall be distinctly different.
(iv) The sounder shall be with IP 54 protection category.
(v) It shall conform to EN/NFPA/Indian standards.
(vi) The volume of sounders can be adjusted from the fire detectors control panel.
Minimum three volume setting from fire alarm control panel shall be available.
(vii) The strobe cum hooter are two wire devices that offer tone choices of either
continuous horn or temporal tone when constant voltage from fire alarm
control panel is applied. Each tone has minimum three volume levels that can
be selected for installation.
(viii) The strobe cum hooter installed at entrance of building should have three tones
programmable from the fire detector control panel so that at least one of these
tones can be selected to comply with at least 110dB (A) frequency range of
440Hz to 2850 Hz. The Volume should be adjustable from control panel.
(ix) The strobe should have a light intensity from 15 cd to 110 cd.
Low intensity fire alarm sounders may be installed on surface of ceilings, suspended
from ceiling or recessed in flush with the ceiling, depending on the construction of the
sounder and ceiling height.
These shall be installed at a height not lower than 2.4 mtrs. except when recessed in a
false ceiling of lower height. In such cases the sounders shall be recessed at false
ceiling level.
When installed flush with a false ceiling these shall match the ceiling surface.
Necessary provisions such as wooden boxing or frame work to accommodate the
sounders shall be made in the ceiling in advance.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 90 - A.E.(E) / A.E.(C)
SECTION-6
MIMIC PANEL
6.1 SCOPE :
This Section covers the requirements of mimic panel to be provided as part of a Fire
Alarm Systems for remote display.
(i) A clear indication of the locations of all the ZONES shall be provided in
mimic panel.
(ii) It shall be provided at a remote location wheresoever's required.
(iii) A topographical representation of the premises shall be provided in the mimic
diagram for the purpose.
(iv) The construction shall either in a metal frame work or plastic housing or as per
manufacturer design suitable for wall mounting.
(v) The panel shall have alarm LED's display in red, yellow or a combination.
(vi) One set of LED's represent one Zone.
(vii) The mimic panel (Remote Display) shows the display of malfunctions and/ or
alarm for detector or detector zone.
(viii) It shall have Built-in-isolator to maintain complete functions of all elements in
loop if wires are broken or if there is a short circuit.
(ix) It shall monitor data communication between control panel/panels.
Locations: In Guard room/ Security rooms of the campus /Main Gates /
Entrance Gates.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 91 - A.E.(E) / A.E.(C)
SECTION-7
POWER SUPPLY EQUIPMENT AND WIRING
7.0 SCOPE :
This section covers the requirements of power supply equipment for the addressable
Fire Alarm System (AFAS) and the wiring for the system.
Power supply at 230 + 10% V, 50Hz, AC single phase shall be provided by the
department, terminating directly into the incoming switches of the C&I panel. Earth
wire shall also be provided with the power supply. Rectification of the input AC
supply into DC and further stabilization of the voltage as may be necessary shall form
part of the FAS equipment.
7.2.1 Standby battery shall be provided with Fire Alarm Control Panel.
7.2.2 Battery supply shall be arranged to automatically feed the FAS in the event of
variation of input A.C. voltage beyond preset values on high and low sides.
7.2.3 The battery shall be sealed completely maintenance free. The battery shall be
conforming to relevant Indian/International Standard. The normal voltage shall be
suitable for the AFAS. The Capacity of the battery shall be suitable to feed the fire
alarm panel and other addressable loop elements for a period of 24 hours upon a
normal power failure and after which sufficient battery shall remain to provide full
load operation for at least 30 minutes in line with IS 2189.
7.2.4 Installation:
Battery shall be located in the main fire alarm panel.
7.3.1 The power supply in the fire alarm panel shall be in-built automatic battery charger
suitable to charge the batteries as per the requirements of relevant standard.
7.3.2 The charger shall be complete with necessary voltmeter, ammeter, indicating lamps,
fuses etc.
7.3.3 It shall have protection from overloads and short circuits on both AC & DC sides.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 92 - A.E.(E) / A.E.(C)
7.4 Wiring for FAS/AFAS
(i) The loop element (Smoke Detectors Heat Detectors, Manual Call Points,
Monitor Modules Control Modules, Loop Sounders) wiring in AFAS shall be
closed circuit loop type (Class A type) , so that if the communication fails
from one side, it is restored automatically from the other side. The wiring shall
be independent of the detector zoning. The Zones shall be software based.
(ii) The design of the system wiring shall match the control and indicating
equipment in the system.
(i) The wiring shall be PVC insulated 2 core 1.5 Sq mm FRLS shielded copper
Conductor stranded cables in red/black color and generally confirming to IS-
694-2010 and meet the signal cabling requirements.
(ii) The strand of cables shall not be cut to accommodate & connect to the
terminals. The terminals shall have sufficient cross sectional area to take all
the strands.
(i) The electrical work connected with a FAS shall be carried out in conformity
with CPWD general specification for electrical works Part-I (Internal) 2013,
and part-II (external) 1994, both amended up to date.
(ii) In no case the FAS equipment or connections be mounted in or on boxes,
cover plates or blanks carrying the accessories or connections of any other
service.
(iii) FAS wiring shall be exclusive to the FASand be physically separated from
wiring for any other service in the building.
(iv) Wiring for different circuit voltages in a FAS shall be in separate conduits.
(v) To minimize possible disruption due to fire or other causes, fire alarm circuits
should be separated as much as possible from each other . Where practicable,
the different fire alarm circuit shall be run through different routes.
(vi) The metal body of all control and indicating panels shall be loop earthed using
2.5 sqmm copper wire and bonded to the earthling system in the building.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 93 - A.E.(E) / A.E.(C)
Sub-Head-III : Wet Riser & Fire Fighting System
Name of work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
GENERAL TERMS & CONDITIONS FOR Wet Riser & Fire Fighting System
1.0 The work shall be carried out as per tender specifications and in accordance with the
followings :
a) BIS Code of practice (IS: 2189 – 1988) for Selection, Installation and
Maintenance of Automatic Fire detection and Alarm system with amendments
up to date.
b) CPWD General Specifications for Electrical works Part - I Internal - 2013 as
amended up to date.
c) CPWD General Specifications for Electrical works Part - II External - 1994 as
amended up to date.
d) NBC 2016 Part-IV Fire and Life Safety for Hospital Building for Fire
Fighting System.
1.1 The contractor shall carry out the work as per requirements of the CFO and Local
body regulations as applicable.
2.0 The Contractor shall prepare detailed working drawings of each floor separately for
Ring main system, internal wet riser system, Sprinkler system and distribution header
in fire pump room in coordination with other Architectural and Services drawing and
get these working drawings approved by the Engineer-in-charge prior to start of work.
The contractor shall submit such drawings in three copies in A1 size in addition to
soft copy of drawings both in Auto CAD and PDF format. The contractor shall also
prepare modified drawings if any modifications are required by any of authorities at
any stage of work and nothing extra shall be paid on a/c of preparation and such
modifications of drawings
On account payment for part work as assessed by the Engineer-in-Charge for the
various items included in the contract shall be payable at part rates not exceeding the
percentage indicated against the stages of work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 94 - A.E.(E) / A.E.(C)
2.2 Inspection and Testing
2.2.1 The contractor shall provide all necessary facilities for inspection of his equipment. In
case of imported equipments, the contractor shall furnish the routine and type test
certificates to the satisfaction of Engineer-in- charge.
2.2.2 All information, documents and tests as required by CFO and other local bodies and
their final approval for this installation shall have to be arranged by the contractor. All
expenditure arising out of inspections of CFO or Local body shall have to be borne by
the contractor and the same shall not be reimbursed by the department.
2.3 Completion Plan: Completion plan indicating the wiring layout, location of detectors,
inventories & manuals as per Technical specification shall be provided by the
contractor after completion of work and before payment of Final Bill.
A.1.1 These specifications shall cover the Design, Supply, Erection, Testing, and
Commissioning for the proposed ESIC, Kota.
A.2.1 It is the intent of this specification to Fire Fighting and Sprinkler System, which is
user friendly, modular, flexible and expandable. The system is to be designed,
installed, customised, tested, commissioned and supported by a local office or agent
of the manufacturer by Engineers skilled in providing functional and efficient
solutions to the needs of the Engineer in charge.
A.2.3 The entire installation shall be in accordance with the requirements and stipulations of
the Chief Fire Officer and his office. In addition, it shall also be in accordance with
the national and local electrical codes and the Underwriters Laboratories standards/
EN Standards which ever is applicable.
A.3.1 The Tenderer shall submit comprehensive technical information for all the equipment
and material before supply of material for approval of Engineer-in-Charge.
A.3.2 Technical catalogues and performance Tables/ Curves of all equipment and machines
must be submitted with the offer.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 95 - A.E.(E) / A.E.(C)
A.4. PERFORMANCE GUARANTEE AND TESTING
A.4.1 The Contractor shall execute the work on the basis of indicative designs hereby given
and accepted by him with or without modifications or new designs submitted by him
at the tender stage and accepted by Engineer in charge, as the case may be. All
Variations, i.e. additions, omissions or substitutions necessitated at anytime for any
reason whatsoever, shall be deemed to have been accepted by the Contractor as not
vitiating the performance based nature of this contract. If any such variations,
irrespective of whether such variations are intended to be executed by other agencies
employed by the Engineer-in-charge, have any bearing on the performance of this
Contract, the same shall immediately be brought to the notice of Engineer-in-charge
by the Contractor in writing. In any case the Contractor shall have to guarantee for
due and proper performance of the works agreed to be so erected.
A.4.2 The Fire Fighting and Sprinkler System installation shall be designed and guaranteed
to perform as indicted in other parts of these specifications and drawings read in
conjunction with statutory requirements.
A.4.3 All major equipments i.e. Main Fire Pump, Sprinkler Pump, Diesel Engine Operated
Pump, Sprinkler Pump and Main Elect. Control Panel shall be tested at manufacturer's
Works as per latest relevant BIS specifications or in the absence of IS specification
approved testing methods shall be followed and Test Certificates/ Reports submitted
to the Engineer-in-charge. The contractor shall intimate in advance the probable date
of such tests to the Engineer-in-charge to enable their representatives to witness the
tests if they so desire. But under no circumstances shall this absolve the Contractor of
his responsibility for Performance of the Equipment or System.
A.4.4 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and as required by
various sections of these specifications.
A.4.5 The Contractor shall take full responsibility for proper operation of the entire system
including debugging and proper calibration of each component and sub-system.
A.4.6 The Contractor shall leave necessary provisions required for fixing instruments,
gauges, meters, etc. for testing the installation even if these are not shown on the
drawings. The Contractor at his own cost shall arrange all such instruments, services
etc. needed for the tests.
A.4.7 It is the sole responsibility of Contractor to obtain all the necessary approvals from the
statutory authorities i/c local fire authorities and bodies (whatsoever applicable),
either prior to, during or after installation as required. All tests specified herein-after
and witnessed/ approved by Engineer-in-charge, may be deemed to be invalid at the
option of Engineer-in-charge, if the requisite, final and unconditional approvals from
the concerned statutory authorities are not obtained by the Contractor.
A.4.8 The Contractor shall intimate in writing to Engineer-in-charge as and when individual
components of the installation are ready for tests required for further progress of
erection. All such tests shall be carried out as per these specifications and/ or as
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 96 - A.E.(E) / A.E.(C)
directed by Engineer-in-charge and recorded in the presence of Engineer-in-charge or
his authorized representatives.
A.4.9 On completion of erection, the contractor shall thoroughly clean all the equipment,
inspect and check the entire installation for correctness and completeness and furnish
a detailed report on all components of the installation to Engineer-in-charge. The
contractor shall also inspect and check the services required by him and provided by
other agencies employed by the Engineer-in-charge and confirm the completeness and
correctness of such services to the extent necessary.
A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-
commissioning activities and tests and put the installation initial operation and start-
up during which preliminary adjustments and addressing shall be carried out.
A.4.12 Based on preliminary observations during the initial operation described above,
necessary modifications/ repairs/ replacements/ etc. if any shall be carried out by the
Contractor to the entire satisfaction of Engineer-in-charge. On successful completion
of initial operation, the Contractor shall proceed with trial runs.
A.4.14 All equipment shall be capable of performing the duties specified in these
specifications without damage, distortion or failure of any component.
A.4.15 Individually, the performance of various equipments shall not be less than quoted
ratings and consumption of power shall not exceed the ratings quoted by the tenderer,
when tested in normal operating conditions. Otherwise the equipment / material is
liable for rejection.
A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance
tests.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 97 - A.E.(E) / A.E.(C)
A.5 INSTALLATION:
A.5.1 Installation shall be in accordance with the local and state codes, as shown on the
drawings, and as recommended by the equipment manufacturer.
A.5.2 All pipes, supports and hangers shall be fixed as per CPWD General specifications.
A.5.3 The Contractor shall be responsible for all electrical installation required for a fully
functional control system and not shown on the electrical plans or required by the
electrical specifications.
A.5.5 At the final inspection, an authorized representative of the manufacturer of the major
equipments shall demonstrate that the system functions properly in every respect.
A.6 DEMONSTRATION :
A.6.1 The Contractor shall completely check out, calibrate and test all connected valves and
controls to ensure that the system performs in accordance with the approved
specifications and sequences of operations submitted.
A.6.2 This demonstration shall consist of running and operation (Both Auto/Manual) of
electrically and diesel engine operated fire pump, sprinkler pump, all internal and
external hydrents, hose reels and sprinklers on required hydrolic pressure.
A.7 MANUALS
A.7.1 On completion of works "As Built drawings for completed installation” shall be
prepared by the Contractor and five (5) copies of the same will be supplied to the
Engineer-in-Charge. In addition, Five (5) sets of the followings shall be supplied to
the Engineer-in-charge.
1) Operation Manuals,
2) Technical Literature for the various components of equipment,
3) Controls and Accessories installed,
4) Recommended Spares and Services Manuals
A.8 Guarantee
A.8.1 The contractor shall guarantee the entire Fire Fighting and Sprinkler system
installation as per specifications both for components and for system as a whole. All
equipment shall be guaranteed for One year from the date of handing over to the
client department against unsatisfactory performance or breakdown due to defective
design, manufacture and/or installation. The installation shall be covered by the
conditions that the whole installation or any part thereof found defective within one
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 98 - A.E.(E) / A.E.(C)
year from the date of completion shall be replaced or repaired by the contractor free
of charge as decided by the Engineer-in-Charge.
A.8.3 Labour to trouble shoot, repair, reprogram or replace system components shall be
furnished by the contractor at no charge to the Engineer-in-charge during the
guarantee period.
A.8.4 All corrective software modifications made during guarantee period shall be updated
on all user documentation.
A.9. MISCELLANEOUS:
A.9.1 The onus of incorporating the statutory requirements as per local rules and obtaining
necessary approval for the complete fire fighting and sprinkler systems shall rest fully
with the Contractor.
A.9.2 The installation shall be carried out using new Equipment/ Materials complying with
applicable standards in a workmanship like manner. Engineer-in-charge reserves the
right to reject any part of installation having poor workmanship.
A.9.3 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry
Walls/ Internal Partitions, Chasing on Walls, etc. and making good the same to match
existing surface shall be done by the Contractor. Nothing extra shall be paid on this
account.
A.10 The work is to be carried out in the running hospital building hence the work
shall be executed as per the convenience of hospital authorities and nothing shall
be paid extra on account of waiting time for execution of work.
A.11 The work of Supplying and fixing of MS pipes is to be executed in exising stone
masonary walls. For crossing of such pipes through the wall the contractor shall
make suitbale arrangement for making openings and immedietly closing and
finishing of same after laying of pipes. The contractor shall take all precautions
of safety of walls and shall make necessary arrangement for clearing of malba on
day to day basis.
A.12 The contractor shall take all measures to comply the guidelines issued by the
Govt. of India for spreading of COVID 19.
A.13 The contractor shall be fully responsible of cutting of roads and repairing and
making good the same after laying of MS Pipe of Fire Ring Main System
wherever required.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
- 99 - A.E.(E) / A.E.(C)
A.14 All the excavation work for laying of Ring Main MS Pipes, Sprinkler MS pipes
and UG armoured cable shall be permitted manually only. No mechanical means
shall be permitted for any of excavation works. The contractor shall take all
precautions for safety of exisiting cables and pipe lines of various services,
damage if any during the execution of work shall be attended and made
operational by the contractor at his risk and cost within 24 Hrs. of damage of
same.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1. The items of work detailed in enclosed schedule of quantities should be carried out as
per C.P.W.D. General Specifications 2013 Part-I (Internal), Part-II (External)-1994 &
Part-V 2006 (Wet Riser & Sprinkler system). In case of any deviation between these
additional conditions and specifications and the provisions contained in C.P.W.D.
General Specifications, these additional specifications shall have precedence. Nothing
extra shall be paid for complying with these additional specifications which are
mandatory.
2. All materials used in the work as far as applicable shall comply to the relevant Indian
Standard Specifications with all its up-to date amendments. These materials having
I.S.I. mark shall have precedence over the ones conforming to I.S.I. specifications.
3.1 The electrical fire pumps shall be suitable for automatic operation and both the motor
and pump shall be assembled on a common bed plate, fabricated M.S. channel type or
cast iron type. The pumps shall be horizontal split casing centrifugal type direct
driven by means of a flexible coupling with coupling guard.
3.2 The motor for each pump shall have a 15% margin of power rating over the rated
pump input power and shall be totally enclosed fan cooled type conforming, to
protection clause-IP-55 vide IS 4691. The class of insulation shall be 'F' and motor
shall be rated for continuous duty and shall have Horse Power necessary to drive the
pump at 150 percent of its rated discharge with at least 65% rated head. The motor
shall conform to IS325 - 1978.
3.3 In case the Pump & Motor/engine are from different manufacturers, the contractor
shall assume full responsibility in the operation of the pump and the drive as one unit.
3.4 All pumps shall be capable of a minimum of 150 percent of rated capacity at a total
head of not less than 65 percent of the total rated head. The total shut-off head shall be
within 120 percent of total rated head on the pump.
3.5 An automatic air release valve shall be provided to vent air from the pump. This valve
shall be located in the pump house in the discharge line between the pump and the
discharge check valve.
3.6 The pump casing shall be capable of withstanding 1.5 times the working pressure
developed by the pump at the pumping temperature.
3.7 The parts like impeller, shaft sleeve, wearing ring etc. shall be of non-corrosive metal
like bronze/brass/gun metal. The shaft shall be of stainless steel.
3.8 The bearings of the pumps shall be effectively sealed to prevent loss of lubricant or
entry of dust or Water.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
3.10 The cable boxes and terminations of motors shall be suitable for receiving1.1 KV
grade armored power cables and so designed to enable easy disconnection and
replacement of cables.
3.11 The base plate shall be supported on suitable height cement concrete foundation of
1:1½:3(1 cement 1½ Coarse sand: 3 coarse aggregate) ratio
4.1 General features — The power and control panel shall be totally enclosed, free
standing wall/floor mounted cubical type, fabricated out of sheet not less than 2mm
thick. Where necessary, additional stiffening shall be provided by angle iron frame
work. General construction shall be of compartmentalisation and sectionalisation such
as mains incomer, electric fire pumpand control, so that there is no mix up of power
and control wiring and connections in the same sections as far as possible. The panel
shall be front operated type with all connections accessible from the front. Front doors
shall be hinged type. Back doors shall be hinged type or removable type for
inspection The door hinges shall be of concealed type. The doors shall be provided
with quick fixing doors knobs with indication. The general arrangement of the panel
shall be got approved before fabrication. The cubical construction shall be to IP 21 as
per IS:2147.
4.2 Cable entries and gland plates — All cable entries shall be through gland plates
which are removable and sectionalised. Necessary compression type glands shall also
be provided. Where heavy cables are brought in and terminated, suitable clamps shall
be incorporated to relieve the stress on the glands due to the weight of the cable.
Cable entries shall be from top.
4.3 Bus-bar and Connections — The bus-bars shall be air insulated and of aluminum of
high conductivity electrolytic quality(grade E 91 E to IS: 5082) and of adequate cross
section Current density shall not exceed l00amps per sq.cm. All connections to
individual, circuits from the bus-bars shall preferably be with solid connections. The
bus-bars and the connections shall be suitably covered with PVC sleeves or in an
approved manner. Bus-bars shall be suitably supported using non hygroscopic
insulated supports such that they may stand 50 KA RMS symmetrical current for one
second High tensile bolts and spring washers shall be provided at bus-bar joints.
4.4 Earthing Arrangement— GI strip 25mm X 5mm shall be run at the rear of the
board, bonding all the sections suitably. 2 Nos. earth terminals shall be provided
at the ends of the GI strip for connection to earth system. Earth terminals shall be with
a flexible loop and the hardware shall be of GI or passivated and plated iron.
4.5 Terminal Blocks' and Small Wiring — Terminal blocks shall be of heavy duty type
and generally not less than 15 amps 250V grade upto 100V, and 600V grade for the
rest of the functions. They shall be easily accessible for maintenance. All control
wiring inside the panel shall be with PVC insulated copper conductor of 2.5 sq.mm.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
4.6 Instrument and lamps -- All indication lamps and instruments shall be flush
mounted type in front of the panel. The voltmeters and ammeters shall be of size
100mm conforming to Clause 1.5 of IS 1248 for accuracy.
Indicating lamps to indicate the availability of electric supply shall be provided at the
incoming section. Necessary indicating lamps for alarm indication and battery
charging shall be provided in the respective sections.
All indicating lamps and voltmeter shall be protected with HRC cartridge type fuses.
4.7 Labels - All internal components shall be provided with suitable identification labels.
Suitably engraved labels shall be fixed at the panel for all MCCB's switches,
instruments, push buttons, indicating lamps etc.
4.8 Painting - The entire panel shall be given a primer coat of red lead after degreasing
and phosphating treatment, and 2 coat of final paint of approved shade before
assembly of various items.
5.0 Piping
5.1 Only M.S. black steel pipes (IS Marked) shall be used.
5.2 M.S. pipe upto 150mm dia shall have all fittings as per IS: 1239 Part-II (heavy grade)
5.3 For M.S. pipes upto 50mm dia screwed jointing shall be adopted, while for pipes
above 50mm dia welded or flanged connections shall be used.
5.4 Any hangers and supports used shall be capable of carrying the sum total of all
concurrently acting loads. They shall be designed to provide the required supporting
effects and allow pipe lines movements as necessary.
5.5 Flanged joints shall be used for connections to vessels, equipment, flanged valves and
also on suitable straight length of pipe line of strategic points to facilitate erection and
subsequent maintenance work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
5.8 Pipes shall be given one primary coat of red-oxide paint before being installed Pipes
shall be sloping towards drain points.
5.9 Fittings shall be new and from reputed manufacturer. Fittings shall be of malleable
casting of pressure ratings suitable for the piping system. Fittings used on welded
piping shall be of the weldable type. Flanges shall be new and from standard
manufacturers.
5.10 Tee-off connection shall be through reducing tees, wherever possible, otherwise
ferrules welded to the main pipe shall be used. Drilling and tapping of the walls of the
main pipe shall not be resorted to.
5.12 All welded piping is subject to the approval of the Engineer-in-charge and sufficient
number of flanges and unions shall be provided.
6.1 For suspending smaller size pipes suspension arrangements including materials like
dash fasteners, saddles, brackets etc. shall be provided and fixed by the contractor
undertaking this work.
6.2 Pipe supports shall be of steel, adjustable for height and primer coated with rust
preventive paint and finish coated black. Where pipe and clamp are of dissimilar
material, a gasket shall be provided in between. Pipe supports shall be spaced suitably
keeping in view the site and structural requirements of different locations. Pipe
hangers shall be fixed on walls and ceilings by means of dash fasteners.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Piping installation shall be carried out with vibration elimination fittings wherever
required.
7.1 Testing
7.2 All piping shall be tested to hydrostatic test pressure of 7 Kg/sqcm. or twice the
design pressure whichever is higher for a period of not less than 24 hours. All leaks and
defects in joints revealed during the testing shall be rectified to the satisfaction of the
Engineer-in-charge.
7.3 Piping required subsequent to the above pressure test shall be re-tested in the same
manner.
7.4 Systems may be tested in sections and such sections shall be securely capped.
7.5 The Engineer-in-charge shall be notified well in advance by the contractor of his
intention to test a section of piping and all testing shall be witnessed by the Engineer-
in-charge or his authorised representative.
7.6 The contractor shall make sure that proper noiseless circulation of fluid is achieved
through the system concerned. If proper circulation is not achieved due to air bound
connections, the contractor shall rectify the defective connections. He shall bear all
the expenses for carrying out the above rectifications including the tarring-up and re-
finishing of floors walls etc. as required.
7.7 The contractor shall provide all materials, tools, equipment, instruments, services and
labour required to perform the test and shall ensure that the areas are cleaned up and
spill over water is removed.
8.0 Painting
After the piping has been installed, tested and run for at least ten days, the piping shall
be given two finish coats of approved colour.
The direction of flow of fluid in the pipes shall be visibly marked in white arrows or
as directed by the Engineer-in-charge.
9.1 The Pressure switches shall be employed for starting and shutting down operation of
pumps automatically, dictated by line pressure. The Pressure Switch shall be
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
9.2 The Switch shall be suitable for consistent and repeated operations without change in
values. It shall be provided with IP:66 water and environment protection.
9.3 The enclosure shall be of aluminium and pressure element and wetted parts shall be of
stainless steel. The switch shall be snap acting type with 1 number NO/NC contact.
10.1 The Air vessel shall be provided to compensate for slight loss of pressure in the
system and to provide an air cushion for counter acting pressure surges whenever the
pumping set comes into operation. It shall be normally partly full of water, the
remaining being filled with air which will be under compression when the system is in
normal operation.
10.2 Air vessel shall be fabricated from 8 mm thick MS plate of 1.2 M height and 250mm
dia with dished ends and suitable supporting legs. It shall be provided with a flanged
connections from pump, one 25mm drain with ball valveand 25mm sockets for air
release valve. The air vessel shall be hydraulically tested to twice the working
pressure.
10.3 The Air Vessel shall be provided with an air release valve mounted at the top.
Sluice/gate valves shall be used for isolation of flow in pipe lines For sized upto 50
mm. gate valves shall be outside screw rising spindle type and shall be as per IS: 778
Class-I and Class-II, as applicable. For sized 80 mm to 300 mm, gate valve shall be as
per IS: 780, PN=1.6 and shall be of inside screw and non rising type and cast iron
double flanged.
Gate valves shall be provided with a hand wheel, bypass valve, draining arrangement
of seat valve. Gate valves shall have back setting bush to facilitate gland renewal
during full open condition.
The Body, bonnet, Stuffing Box, cap and hand wheel shall be of cast iron to IS:
210/70, grade FG 200/260. The non rising spindle shall be of solid forged high tensile
brass or carbon steel to AISI 304 construction. The body seating and wedge ring shall
be of solid leaded gun metal. The Bonnet gasket shall be of high quality rubber.
The Valve shall be rated to PN 1.6. The ends shall be flanged. The batch number of
the valve shall be punched on the top of the flange. The spindle shall be removable
type, and shall be easily rotated.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The Hose Reel shall be drum type. The thermo plastic (Textile reinforced) Hose Pipe
shall be fixed on a drum that shall be fixed to the wall by means of a heavy duty
bracket.
The thermo plastic tubing shall be of approved make. the wall mounted bracket shall
be fixed by means of fasteners. The Hose Reel shall have gun metal nozzle.
The Hose Reel shall be connected to the Riser / Down comer by means of 25 mm dia
MS pipe with threaded bends, union etc. A cut off Ball Valve shall also be provided.
14.0 Hydrant
Hydrant valve shall be of gun metal as per IS:5290. The valve shall be oblique type
complete with hand wheel, quick coupling connection, spring and PVC blank cap as
per IS:5290.
The Hydrant shall be constructed from gun metal and finished to a smooth polish on
screwed ends. The Hydrant shall have screwed inlet of 75 mm dia, flanged type with
4 nos. holes. the outlet shall be 63 mm female stainless steel instantaneous oblique
type. The Hydrant shall have a plug with chain fixed to the main body of the Hydrant.
The Hydrant shall be tested to 20 kg/cm2 test pressure. The Hydrant shall not leak at
any screwed joint. Threaded parts shall be sealed with Holdtite.
Fire Brigade Inlet Connection shall be taken directly to the Riser. It shall comprise of
two instantaneous male inlet coupling with plug and steel chain. the Inlet shall have a
wafer type non return valve and a butterfly valve on the line upto the riser. The Fire
Brigade Inlet shall be complete with necessary components like special fittings of MS
bends, flanged tees etc. The plug shall be of moulded PVC.
The inlets shall be provided with ABS Quality by Plastic Blank caps with chain and
arrangement for attaching the blank cap & chain to the FB inlet.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
17.0 Couplings
Couplings shall be of gun metal as per IS: 318, machined and polished to
requirements. Both Male and female couplings shall be fitted into each other
smoothly and without any unnecessary force. couplings shall be IS: 903 marked with
the name of the manufacturer. the coupling shall be tested to 20 kg/cm2 test pressure.
The Male couplings shall be provided with lugs for inserting female coupling.
The branch pipe shall be constructed from stainless steel as per IS:903 and finished to
a smooth polish. The Branch pipe shall be able to give straight stream.
Non-return valves shall be cast iron swing action gravity actuated check type. An
arrow mark in the direction of flow be marked on the body of the valve. The valve
shall bear IS: 531 certification.
The Valve shall be of cast iron body and cover. The internal flap in the direction of
flow of water shall be of cast iron and hinged by a hinge pin of high tensile brass or
stainless steel. Cast iron parts shall be conform to IS: 210/70, grade 200/260 type.
The gasket shall be of high quality rubber and flap seat ring of leaded gun metal to BS
1400 LG 2C. At high pressure of water flow the flapper shall seat tightly to the seat.
The Valve shall be capable of handling pressure upto 15 kg/cm2.
Gun metal Valves shall be used for smaller dia pipes, and for threaded connections.
The Valves shall bear certification as per IS: 778, and shall be rated to 15 kg/cm2
pressure.
The body and bonnet shall be of gun metal to IS: 318, grade LTB 2. The stem, gland
and gland nut shall be of forged brass to IS: 319. The hand wheel shall be of cast iron
to IS: 210, grade FG 200/260.
The Hand wheel shall be of high quality finish to avoid hand abrasions. Movement
shall also be easy. The spindle shall be non rising type.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The owner / consultant may carry out inspection and testing at manufacturer’s works.
No equipment shall be delivered without prior written confirmation from Engineer-in-
charge. All expenses relating to test shall be borne by the contractor. Upon
completion of work the performance test shall demonstrate the following among other
things:
i. Equipment installed complies with specification in all respects and is of the
correct rating for the duty and site conditions.
ii. All items operate efficiently and quietly to meet the specified requirements
as per the warranty /guaranty
iii. All circuits are correctly protected /modify as per the site protective devices
are properly coordinated.
All non current carrying metal parts are properly and safely grounded in accordance
with the specifications and appropriate codes of practice.
The contractor shall provide all necessary instruments and labour for testing. He shall
make adequate records of test procedures and readings and shall repeat any tests
requested by the Consultant/ Engineer-in-charge. Test certificate duly signed by a
authorized person shall be submitted for scrutiny.
If it is proved that the installation or part thereof is not satisfactorily carried out then
the contractor shall be liable for the rectification and retesting of the same as called
for by the Engineer-in-charge / Consultant. All tests shall be carried out in the
presence of representative of Consultant /Engineer-in-charge.
The above general requirements as to testing shall be read in conjunction with any
particular requirements specified elsewhere. All tests shall be carried out by a test
house approved by the Engineer-in-charge / Consultant.
22.1 The following codes and standards and their subsequent modification shall apply for
the design, manufacture, shop testing, erection, fabrication at site, testing and trial
operation of piping, valves and special requirements.
22.2 IS : 554 - Dimensions for pipe threads where pressure tight joints are required on the
threads.
22.4 IS : 778 - Copper alloy gate, globe and check valves for water work purpose.\
22.5 IS : 780 - Sluice valve for water works purposes (50mm to 400mm)
22.6 IS : 901 - Coupling, double male and double female, instantaneous pattern for fire
fighting.
22.7 IS : 1239 - Mild steel tubes, tubulars and other wrought (Part I & II) steel fittings
23.0 CODES AND STANDARDS FOR PUMPS, MOTORS AND DIESEL ENGINE :
23.1 PUMPS
23.1.1 The pumps shall perform to the standards and codes as given below :
23.1.2 IS : 1520 - Horizontal centrifugal pumps for clear cold and fresh water.
24.0 MOTOR
24.3 IS : 9000 - Induction motors, installation and maintenance, code of practice for
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
B. POWER CABLE
1. XLPE insulated PVC sheathed Alum. / Finolex / Polycab / KEI / Havells / Grandlay /
Copper Conductor Armored cable of 1.1 RR Kabel /Bonton/LAPP/RPG
KV grade
C. HT Cable
1. H.T. cable (ISI marked) Finolex / CCI / Polycab / KEI / Havells / RR
Kabel / Grandlay / LAPP/RPG
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
E. DG Set
1. Diesel operated Power Generating Cummins India / Caterpillar / Ashok Leyland
Engine Upto 200 KVA / KOEL
2. Diesel operated Power Generating Cummins India / Caterpillar / KOEL / Volvo
Engine Above 200 KVA Penta
3. Alternator Stamford / Lerroy Sommer / Kirloskar
Electric / Caterpillar / Crompton Greaves
4. DG Set Canopy / Enclosure & AMF As per OEM / OEA of respective DG Set
Panel manufacturer
5. Alarm Annunciator Advani Oralikon / Larsen & Toubro /
Minilec
I. EPABX System
1. EPABX System / Master Console Siemens / Cisco / Alcatel / Coral / Panasonic /
Phone/ AVAYA/ Matrix
2. Analog Telephone instrument Beetal / Tata / Panasonic/ Seimens
3. 18 SWG Sheet (Chrone Box) Topaz / Coral / Crown
4. Constant Voltage Transformer Topaz / Bhurji / Delta / Servokon
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
L. CCTV System
1. IP based Camera (All type) / NVR / Bosch / Pelco / Axis / Sony / Tyco /
Server Honeywell
2. Conventional Camera/Connect (Dome Bosch / Honeywell / Pelco / Axis / Tyco /
/ PTZ / Bullet / C-mount type) Sony
3. Managed Networking layer Switch Cisco / DLink / Extreme / Fortinet /
Ruckus/HP/Netgear
4. U Rack Valrack(Legrand) / EOM Rack /
Belchem/Comrack/Vertiv
P. VRV/VRF System
1 Indoor/Outdoor Unit O-General/Mitsubishi heavy/Mitsubishi
Electric/Toshiba/ Daikin
2 Copper Pipe Total line/Mandev/Rajko/Diamond/Star
3 Nitrile rubber insulation A-fex/k-flex/vidoflex/Euro/Batex/Armacell
4 CPVC pipe Ashirwad/Supreme/Astral/Prayag
5 GSS Sheet(For site fabricated duct) SAIL/Jindal/Tata
6 Aluminium Sheet Hindalco/Balco/Nalco
7 Flexible duct/Company fabricated duct Waves/Zeco/Ductofab/Airflow/Caryaire/ Atco
8 Supply/Return Grill/diffuser Airflow/Trox/Dynacfaft
Note- Any item of make other then above said will be got approved by Engineer-in-
charge before brought at site.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
To,
I/We authorize the Executive Engineer (Elect.), CPWD, Jaipur to pay directly on
I/We shall be responsible for the quality and quantity of the same under the provisions of
Signature of Contractor
Note :-
10. The total payment to third party (or parties) shall not exceed
10% of the agreement cost of the work.
11. Full reasons for proposing such third party payment shall be
recorded and prior written approval of the next higher authority
shall be obtained before making such payment.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
SCHEDULE ‘A’
Schedule of quantities (as per PWD-3) Schedule attached at Page No. 199 to 205
SCHEDULE ‘D’
SCHEDULE ‘E’
Name of work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).
(iii) Security Deposit : 2.5% (Two & Half percent) of accepted tendered
amount.
SCHEDULE ‘F’
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
9(ii) Standard CPWD Contract Form GCC for CPWD Works 2020 Maintenance
Works CPWD Form 7 as modified
and amended upto date
Clause 1
Clause 2
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Authority to decide:
(i) Extension of time Executive Engineer (Elect.)
CPWD, Jaipur
Clause 7
Gross work to be done together with net
payment/adjustment of advances for material
collected, if any, since the last such payment
for being eligible to interim payment Rs. 10.00 Lakh (for Civil Work)
CLAUSE 7A
Whether Clause 7A shall be Yes
Applicable (No Running Account Bill shall be paid
for the work till the applicable labour
licences, registration with EPFO, ESIC
and BOCW Welfare Board, whatever
applicable are submitted by the
contractor to the Engineer-in-charge).
CLAUSE 7B Applicable
CLAUSE 8A Applicable
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
All necessary equipment for conducting all necessary tests shall be provided at the site in the
well furnished site laboratory by the contractor at his own cost with proper light and
ventilation. The following minimum laboratory equipments shall be set up at site office
laboratory:-
S.N. Materials Covered Nearest Materials (other Base Price and its
under this clause: than cement*, corresponding period of
reinforcement bars, the all the Materials covered
structural steel and under clause 10 CA
POL) for which All India (Excluding GST)
Wholesale Price Index to
be followed:
1. Cement (PPC) -- --
2. Cement (OPC) -- --
3. Reinforcement bars
TMT Fe-500
(i) Primary Manufacture -- --
(ii) Secondary Manufacture -- --
4. Structural Steel -- --
Note : Xm.....% should be equal to (100) - (materials covered under clause 10CA i.e.
Cement, Steel, POL and other material specified in clause 10CA + Component of Labour )
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Specifications to be followed
for execution of work CPWD Specification 2019 (Vol. I & II) with
correction slips upto date
Clause 12
Authority to decide deviation above 1.5
times of tendered amount ADG (RL)
CPWD, Lucknow
12.2
& 12.3 Deviation Limit beyond which
clauses 12.2 & 12.3 shall apply
for building work
Clause 16
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
List of mandatory machinery, tools & plants to be deployed by the contractor at site:-
Clause 19
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Clause 25
DRC constituted by ADG(RL), Lucknow vide letter No. 1235 dated 11/05/2020 is
as under :–
Clause 32
Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Clause 38
(a) Cement
(b) Bitumen All Works 2.5% plus & only &nil on minus side.
Note :- Recovery rates of Cement & Steel has been calculated as Base Price(as per Clause
10CA above)*110% plus applicable GST (i.e. 28% for Cement & 18% for Steel).
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1.1 The work in general shall be carried out in accordance with the CPWD Specifications
2019 Vol. I to II (corrected up to date ) hereinafter referred as CPWD Specifications.
1.4 Testing of Materials : Regarding testing of civil & electrical materials, which cannot
be tested in site laboratory and/or to be tested at an independent laboratory, the testing
of materials shall be conducted in Govt. Laboratory/ Govt. colleges/ IITs/NITs or
from the laboratory approved by Engineer-in-charge. The charges of testing of
materials in approved laboratory shall be borne as below :
(i) By the contractor, if the results show that the material does not conform to
contract provisions, relevant specifications and BIS codes or any other relevant
code for which confirmatory test is carried out.
(ii) By the department except steel reinforcement, if the results show that the
material conforms to contract provisions, relevant specifications and BIS codes
or any other relevant code for which confirmatory test is carried out.
The samples for testing shall be supplied free of cost by the contractor. The contractor
shall also make all arrangements for transportation and delivery of samples of
materials to the testing laboratory and nothing extra shall be payable for the same.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
(ASSISTANT ENGINEER)
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1.11 RESPONSIBILITY
a. The Contractor shall keep himself fully informed of all relevant acts and laws of
the Central & State Governments, orders, decrees of statutory bodies, tribunals
having any jurisdiction or authority, which in any manner may affect those
engaged or employed and anything related to carrying out the work. All the rules
& regulations and bye-laws laid down by District Collector / Municipal
Corporation / Urban Development Authority and any other statutory bodies shall
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1.13 SECURITY
a. The campus is now occupied. Contractor shall take all measures and precautions
so as to cause no inconvenience to the occupants. He shall barricade the
construction site / designated area of construction through the barriers as specified
in the BOQ and as approved by the Engineer-in-charge. No material shall be
stored / dumped outside the designated area.
b. The movement of the construction vehicles and the labours shall be restricted to
the designated routes which will be decided by the client.
c. All the vehicles carrying the material to the work site shall be subject to check and
entries to be made at the gates by security post. No material shall be taken out
without proper gate pass issued by the Engineer-in-Charge or his authorized
representative.
d. Any labour engaged by the contractor shall be in possession of photo ID card
failing which they are liable to be disengaged from the work and shall not be
allowed to enter into the campus.
e. In case of any nuisance caused by activates attributed to contractors staff,
workmen and movement of vehicle, and reported to CPWD by client (an officer of
the rank not lower than EE) commensurate penalty not exceeding Rs. 5000/- for
each nuisance shall be imposed on the contractor by CPWD in consultation with
client.
f. The movement of the labour shall be restricted to the barricaded work site area
only.
g. The contractor will take reasonable precaution to prevent his workmen and
employees from removing and damaging any flora (plant/vegetation) from the
project area.
h. The Contractor shall be responsible for the watch and ward / guard of the
buildings safety, fittings and fixtures provided by him against pilferage and
breakage during the period of installations and thereafter till the building is
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1.27 RATES
a. The rates quoted by the contractor are deemed to be inclusive of site clearance,
setting out work, profile, setting lay out on ground, establishment of reference
bench mark(s), installing various signage, taking spot levels, survey with total
station, construction of all safety and protection devices, compulsory use of
helmet and safety shoes, and other appropriate safety gadgets by workers,
imparting continuous training for all the workers, barriers, preparatory works,
construction of clean, hygienic and well ventilated workers housings in sufficient
numbers as per drawing supplied by Engineer in charge, working during
monsoon or odd season, working beyond normal hours, working at all depths,
height, lead, lift, levels and location etc. and any other unforeseen but essential
incidental works required to complete this work. Nothing extra shall be payable
on this account and no extension of time for completion of work shall be granted
on these accounts.
b. The rates quoted by the tenderer shall be firm and inclusive of all taxes and levies
including GST. Taxes shall be deducted at source as per statutory orders and Govt.
rules and regulation, from bill payments to the contractor by Engineer-in-charge.
c. No foreign exchange shall be made available by the Department for importing
(purchase) of equipment, plants, machinery, materials of any kind or any other
items required to be carried out during execution of the work. No delay and no
claim of any kind shall be entertained from the Contractor, on account of variation
in the foreign exchange rate.
d. All ancillary and incidental facilities required for execution of work like labour
camp, stores, fabrication yard, offices for Contractor, watch and ward, temporary
ramp required to be made for working at the basement level, temporary structure
for plants and machineries, water storage tanks, installation and consumption
charges of temporary electricity, telephone, water etc. required for execution of
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1.28 ROYALTY: Contractor shall comply with all statutory rules and regulations w.r.t
royalty and other levies and taxes. Royalty at the prevalent rates shall be paid by the
contractor or his associate supplier as per Government rules, on all materials such as
boulders, metals, all sizes stone aggregates, brick aggregates, coarse and fine
aggregates, moorum, river sand, gravels and bajri etc. collected by him for the
execution of the work, directly to the revenue authority of the state government
concerned. Further, contractor needs to submit proof of submission of full royalty to
the state government or local authority. Nothing extra shall be payable on this
account.
1.30 Site office establishment: In order to ensure smooth, timely and proper management
of work by department’s project team under the Engineer-in-charge, the contractor
shall provide following arrangements at project site, for the entire duration of the
contract agreement i/c extension, if any. Nothing extra shall be paid to the contractor
for providing these arrangements at site :
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1.35.1 "Standard Operating Procedures (SOPs) and Guidelines for Construction Site
for COVID-19 Outbreak" issued vide DG, CPWD, New Delhi O.M. No. 2/9/2020-
WII/DG/169 dated 05.05.2019 (Annexure-VIII) shall be followed.
1.35.2 Also any other Govt. directions in this regard from time to time until the effect of
COVID-19 has to be followed.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
1.0 Cement
1.1 Agency shall procure 43 Grade OPC conforming to IS : 8112 / PPC conforming
to IS : 1489 (Part 1) as required in the work from cement manufacturers
mentioned in the list of Preferred makes for civil works or from any other
reputed cement manufacturer having a production capacity not less than 1 million
tons per annum as approved by CE, CPWD, Jaipur. Uses of GGBS /Fly ash with
OPC is permitted.
1.2 The supply of cement shall be taken in 50 kg. bags bearing manufacturer's name
and ISI marking. Samples of cement arranged by the Contractor shall be taken by
the Engineer-in-charge and got tested in accordance with provisions of relevant
BIS codes. In case the test results indicate that the cement arranged by the
Contractor does not conform to the relevant BIS codes, the same shall stand
rejected, and it shall be removed from the site by the Contractor at his own cost
within a week's time of written order from the Engineer- in-charge to do so.
Supply of cement shall be taken in 50-kg bags bearing manufacturer’s name, or
his registered trademarks if any and grade and type of cement as well as ISI
marking. The packing of the cement bags shall be as per CPWD specifications
2009.
1.3 The cement shall be brought at site in bulk supply of approximately 50 tons or
more as decided by the Engineer-in-charge. The cement godown of Minimum
2000 bags capacity to store the cement shall be constructed by the Contractor at
site of work for which no extra payment shall be made.
1.4 Double lock provision shall be made to the door of the cement godown. The keys
of one lock shall remain with the engineer-in-charge or his authorised
representative and the keys of other lock shall remain with the contractor. The
contractor shall be responsible for the watch and ward and safety of cement
godown. The contractor shall facilitate the inspection of cement godown by the
Engineer-in-charge at any time.
1.5 The cement shall be got tested by the Engineer-in-charge and shall be used on the
work only after satisfactory test results have been received. The Contractor shall
supply free of charge the cement required for testing including its transportation
cost to testing laboratories.
1.6 The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of cement shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by conditions laid
therein. In case the cement consumption is less than theoretical consumption
including permissible variation, recovery at the rate so prescribed shall be made.
In case of excess consumption, no cost adjustment shall be made.
1.7 The cement brought to the site and the cement remaining unused after completion
of the work shall not be removed from site without the written permission of the
Engineer-in-charge.
1.8 The damaged cement shall be removed from the site immediately by the
Contractor on receipt of a notice in writing from the Engineer-in-charge. If he
does not do so within 3 days of receipt of such notice, the Engineer-in-charge
shall get it removed at the cost of the Contractor.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
10 mm to 16mm dia One sample for each 35 One sample for each 45
Bars tonnes or part there of tonnes or part there of
Over 16mm dia One sample for each 45 One sample for each 50
bars tonnes or part there of tonnes or part there of
2.7 The contractor shall supply free of charge the steel required for testing including
its transportation to testing laboratories. The cost of testing of steel
reinforcement shall be borne by the contractor.
2.8 The actual issue and consumption of steel on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical
consumption of steel shall be worked out as per procedure prescribed in clause 42
of the contract and shall be governed by conditions laid therein. In case the
consumption is less than theoretical consumption including permissible variations,
recovery at the rate so prescribed shall be made. In case of excess consumption no
adjustment need to be made.
2.9 The Steel brought to site and remaining unused shall not be removed from site
without the written permission of Engineer-in-Charge.
2.10 Reinforcement including authorized spacer bars and lappages shall be measured in
length for different diameters as actually (not more than as specified in the
drawings) used in the work nearest to a centimetre. Wastage and unauthorized
overlaps shall not be measured.
2.11 The standard sectional weights referred to shall be as in Table 5.4 in para 5.3.4 in
revised CPWD specifications 2009 Vol. I will be considered for conversion of
length of various sizes of TMT bars in to standard weight.
2.12 Record of actual sectional weights shall also be kept dia wise and lot wise. The
average sectional weight for each diameter shall be arrived at from samples from
each lot of steel received at site. The decision of the Engineer in Charge shall be
final for the procedure to be followed for determining the average sectional weight
of each lot. Quantity of each diameter of steel received at site of work each day
will constitute one single lot for the purpose. The weight of steel by conversion of
length of various sizes of bars based on the actual weighted average sectional
weight shall be termed as Derived Actual Weight.
2.13 If the derived weight is less than the standard weight, then the Derived Actual
Weight shall be taken for payment.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
4.0 Waterproofing
4.1 In case, contractor does not possess requisite eligibility and experience in water
proofing work as per NIT condition, he shall associate specialized agency for
water proofing work, duly approved by the Engineer-in-Charge.
4.2 The water proofing compounds shall be in accordance to approved make of materials
annexed in the contract agreement. Contractor shall get the water proofing product
and its make approved from Engineer-in-charge. However, this approval shall not
exempt the contractor from responsibility for success of water proofing treatment
done by him.
4.3 Total quantity of the water proofing compound required shall be arranged only after
obtaining the prior approval of the make by Engineer-in-charge in writing. Materials
shall be kept under double lock and key and proper account of the water proofing
compound used in the work shall be maintained. It shall be ensured that the
consumption of the compound is as per specified requirements.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Approved makes of materials to be used in the work are as under. In case of non availability
of these makes, the Engineer-in-charge may allow use of alternative BIS makes o f
materials in the work. Non BIS marked materials may be permitted by the Engineer-in-
charge.
S.No Material Revised List of Preferred Make
1. (i) Ordinary Portland Cement / Portland ACC, Ultratech, Ambuja Cement, J.K.
Pozzolona Cement. Cement, Century Cement, Shree Cement,
Jaypee Cement, Vikram Cement, Wonder
Cement, Prism Cement
(ii) White Cement Birla White , J.K. White
2. Reinforcement Steel SAIL, Tata Steel, Rashtriya Ispat Nigam
Ltd.(RINL), JSW Steel Ltd., Jindal Steel &
Power Ltd.
3. Water Proofing Compounds, Fosroc, ROFF / Dr.Fixit (Pidilite Industries),
Admixtures, Plasticizer (PCE based CICO, Sika, BASF, ArdexEndura (Bal
only), Curing Compounds Endura), Scot Chemicals, STP Limited,
LevelMaxX, Shalimar's Kavassu
4. Integral Water proofing compound with Fosroc, Conplast 421 Dr.Fixit : LW+,
cement (For Plaster & Mortar) Sika : Sikacim,
Asian Paints : Smart care vitalia
& equivalent product of BASF, CICO,
ArdexEndura, Scot Chemicals, STP Limited,
Shalimar's Kavassu
5. Water proofing compound for Fosroc : Brush Bond,
bathroom/ toilet/ balcony & other wet CICO : Tapecrete,
areas Dr.Fixit : Pidifine 2K, Sika : Nito Bond,
Asain Paints : Damp Block 2 K
& equivalent product of BASF,
ArdexEndura, Scot Chemicals, STP Limited,
Shalimar's Kavassu
6. Crystalline water proofing compound Fosroc : Fosroc Crystalline
Dr Fixit : Dr.Fixit Crystalline
Sika : Sika Crystalline
Asian Paints : Crystalline Quart
& equivalent product of BASF, CICO,
ArdexEndura, Pentron, Scot Chemicals, STP
Limited, Shalimar's Kavassu
7. Grouts, Tile Adhesive Latecrete, Kerokoal, BASF, ArdexEndura,
Ferrous Crete, Pidilite, Scot Chemicals, STP
Limited, TilemaxX, Shalimar's Kavassu
8 Stone Adhesive Pidilite - Fevimate excel, BASF,
ArdexEndura, MYK Laticrete, Scot
Chemicals, Shalimar's Kavassu
9 Structural Steel SAIL, Tata Steel, RashtriyaIspat Nigam
Ltd.(RINL), and JSW Steel Ltd., Jindal Steel
& Power Ltd., APL Apollo
10 Polycarbonate Sheet GE Plastic, LEXAN, Bayers
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Note:-In respect of other materials, any ISI marked material can be used on the work but
these shall also meet the requirement for obtaining GRIHA 3 star rating. In case any
material / product listed above does not meet the requirement required for obtaining
GRIHA 3 star rating, alternate product as per decision and approval of CE (Jaipur) shall
be used. In such situation, cost adjustment (if required) shall be made after approval from
CE (Jaipur) and the decision of CE (Jaipur) shall be binding and final.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said
work will remain structurally stable and guarantee against faulty workmanship, finishing,
manufacturing defects of materials and leakages etc.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable, after the expiry of maintenance period prescribed in the contract for the
minimum life of ten years, to be reckoned from the date after the expiry of maintenance
period prescribed in the contract.
The decision of the Engineer in charge with regard to nature and cause of defects shall be
final.
During the period of guarantee the guarantor shall make good all defects to the satisfaction of
the Engineer in charge calling upon him to rectify the defects, failing which the work shall be
got done by the Department by some other contractor at the guarantor’s cost and risk. The
decision of the Engineer in charge as to the cost payable by the Guarantor shall be final and
binding.
That if the guarantor fails to make good all the defects, commits breach thereunder then the
guarantor will indemnify the Principal and his successor against all loss, damage cost
expense or otherwise which may be incurred by him by reason of any default on the part of
the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and / or damage and / or cost incurred by the Government the decision of
the Engineer in charge will be final and binding on the parties.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
The Agreement made this ....................... day of ....................... two thousand and
....................... between ....................... son of ....................... of ....................... (hereinafter
called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called
Government of the other part).
AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water and leak-proof for five years from the date of giving of water
proofing treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him
will render the structures completely leak-proof and the minimum life of such water proofing
treatment shall be five years to be reckoned from the date after the maintenance period
prescribed in the contract.
Provided that the guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of roof or alteration and for such purpose:
(a) Misuse of roof shall mean any operation which will damage proofing treatment, like
chopping of firewood and things of the same nature which might cause damage to the roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or
construction adjoining to existing roof whereby proofing treatment is removed in parts;
(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
During this period of guarantee the guarantor shall make good all defects and in case of any
defect being found, render the building water-proof to the satisfaction of the Engineer-in-
Charge at his cost, and shall commence the work for such rectification within seven days
from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify
the defects, failing which the work shall be got done by the Department by some other
contractor at the GUARANTOR'S cost and risk. The decision of the Engineer- in-Charge as
to the cost, payable by the Guarantor shall be final and binding.
That if GUARANTOR fails to execute the water proofing or commits breach thereunder then
the GUARANTOR will indemnify the Principal and his successors against all loss, damage,
cost, expense or otherwise which may be incurred by him by reason of any default on the part
of the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and/or damage and/or cost incurred by the Government the decision of the
Engineer-in-Charge will be final and binding on the parties.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .
Signed for and on behalf of THE PRESIDENT OF INDIA by ....................... in the presence
of
1.
2.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .