You are on page 1of 42

0

Table of Contents




S.No. Description Page No.




1. Invitation of Tender 1-2
2 Instruction to Tenderers 3-6
3. Appendix A General Conditions of Contract 7-12
4. Appendix B Terms & Conditions of Contract 13-14
5. Appendix C Technical specifications 15-33
6. Appendix D Performance Guarantee 34
7. Appendix E Format for 1
st
Cover (Technical/Commercial) 35
8. Appendix F Price bid format for 2
nd
Cover. 36-40



















1



Notice Inviting Tender

NO. DHD/FI/NIT/03 DT:-10-06-2010
Due on 30-06-2010

Name of the work: Supply, Installation, Testing and Commissioning of Fire hydrant, Fire
detection, Fire alarm system at Distt. Hospital Doda.
Earnest Money : Rs: 60,000/= in the shape of CDR/FDR.
Note:- The firms downloading the tender document from the JKPCC Ltd. website
will have to submit the cost of tender document i.e. Rs 1500/= in shape
of demand draft along with the tender.
J & K Projects Construction Corporation Ltd. Jammu invites sealed tenders affixed with Rs. 5/-
revenue stamps from the Manufacturers or authorized dealers or registered firms for the
Supply, Installation, Testing and Commissioning of Fire hydrant, Fire detection, Fire alarm
system at Distt. Hospital Doda. If the tender is made by an individual it shall be signed with
his full name and his complete address shall be given. If it is made by a firm, it shall be
signed with the co-partnership name and address of the firm who shall sign his own
name and give the name and address of each member of the firm and attach a copy of
the power of attorney with the tender. In case the tender is made by or on behalf
of a company incorporated under the companies act (1 of 1956), it shall be signed by a
person holding power of attorney duly authorized on their behalf and shall bear the seal
of the company.
Each tender is to be in a sealed cover super scribed as Supply, Installation, Testing and
Commissioning of Fire hydrant, Fire detection, Fire alarm system at Distt. Hospital Doda and
shall be addressed to Managing Director, J&K Projects Construction Corporation Ltd. Rail Head
Ambedkar Chowk Jammu, so as to reach the office of General Manager J&K PCC Ltd.
Jammu on or before 30-06-2010 up to 12.00 noon through registered post, courier or speed
post only. The tenders shall be opened at 1.00 pm on the same day or any subsequent date
convenient to him, in presence of the tenderers or their authorized representatives who may
wish to be present.
The interested tenderers can apply for detailed set of tender documents containing the terms
and conditions of contract and technical specifications of the equipment on any working day
till 25-06-2010 from the office of the Deputy General Manager, Mechanical Unit, JKPCC Ltd.,
Ambedkar Chowk Jammu against payment of Rs.1500/- in cash or in the shape of demand
draft in favour of Deputy General Manager, Mechanical Unit, JKPCC Ltd. Jammu after
submitting their applications with requisite documents.
The acceptance of a tender will rest with the Managing Director, J&KPCC Ltd. which
does not bind itself to accept the lowest tender and reserve to itself the
authority to reject any or all the tenders received without assigning any reason
thereof. All tenders in which any of the prescribed conditions are not fulfilled or are
incomplete in any respect are liable to be rejected.


2



Tenders shall remain open for acceptance for a period of (120) one hundred and twenty days
from the date of opening of tenders.
The Prospective tenderers should submit the following along with Earnest money in the first
cover to qualify for opening of their price bid .The price bid of only those tenderers shall be
opened who will satisfy the following conditions supported by documentary evidence.


1) Original Sales tax registration certificate renewed up-to-date.
2) Certificate from at least one no end users (Govt. Department/ Undertaking) for the
Supply installation, testing & successful commissioning of Fire detection and Fire
Alarm ,Fire Fighting System, amounting to not less than Rs.20.00 lakhs.
3) The prospective tenderers annual turn-over for similar works executed should not
be less than Rs. 50.00 lakhs during the last three years.

Procedure for tendering:

The tenders shall be submitted in two covers marked cover I, & II. The 1
st
cover should contain
the Earnest money in the shape of CDR / FDR pledged in favour of Deputy General Manager,
Mechanical Unit, JKPCC Ltd. Jammu amounting to Rs: 60,000/= and the technical offer &
commercial terms. The IInd cover shall contain the price bid. The IInd cover of only those
tenderers shall be opened whose earnest money is found in order along with the successful
evaluation of technical / commercial bids in cover I
st
. The IInd cover containing the price bid
shall be opened on same or later date. The tenders without earnest money shall be rejected
out rightly.

Sd/-
Deputy General Manager
Mechanical Unit J&K PCC Ltd.
Jammu
Copy to the:-
1) Managing Director JKPCC Ltd. Jammu for information please.
2) Financial Controller JKPCC Ltd. Jammu for information please.
3) General Manager JKPCC Ltd. Jammu for information please.
4) Accounts officer JKPCC Ltd. Jammu for information please.
5) DGM, Unit- JKPCC Ltd. Jammu for information.


3


INSTRUCTIONS TO TENDERERS

1 BASIS OF TENDERING :

1.1 The tenderer, in his own interest, shall carefully examine the design data,
specifications, and all other relevant data and conditions included in the
tender document to ensure the adequacy of the same to frame his tender for
this contract,

2 INSTRUCTIONS FOR SUBMITTING TENDER :

2.1 The tender shall be submitted under two Cover system as described below :

The first envelope, clearly marked as Cover I should only include the
following :
a)


b)
Earnest Money deposit amounting to Rs: 60,000/= in the shape of CDR/FDR
pledged in favour of Dy. General Manager Mechanical Unit, JKPCC Ltd.
Jammu.
Sales Tax registration certificate duly attested renewed up-to-date.
c) Certified copy of balance sheet/ CAs certificate certifying turnover for last
three years. The Tenderer should have minimum annual turnover valuing more
than 50.00 lakhs.
d) Details of works of similar type and magnitude executed by the tenderer/s
during the last three years and the certificates from at least one no end users
(Govt. Department/ Undertaking) as regards to successful performance of such
equipment.
e) Acceptance of General Terms & Conditions of Contract at pages 7to 12
(Appendix A)
f) Acceptance of terms & condition of contract as per page 13-14 (Appendix B).
g) Acceptance of technical specifications as per pages 15-33 (Appendix C)
h) Duly signed Performance Guarantee (Appendix D) Page 34.
i) Technical / Commercial details as per the format (Appendix E) Page 35.
2.2 The Second Envelope clearly marked as Cover : II should only contain the
Cost Offer and nothing else. The cost offer should be in the format specified
at Appendix F Page 36-40.
If any condition or stipulation is included in Cover II, the tender shall be
rejected.

2.3 The two sealed envelopes shall be enclosed in a bigger envelope, addressed
to the Managing Director J&KPCC Ltd. Rail Head, Ambedkar Chowk, Jammu,
which shall also be closed and sealed properly and subscribed the Supply,
Installation, Testing and Commissioning of Fire hydrant, Fire detection, Fire
alarm system at Distt. Hospital Doda at J&K Projects Construction
Corporation Ltd. Complex at Rail Head, Jammu and with tenderer's name
shown on the bottom left hand corner. The complete offer should reach on or
before 30-06-2010 through registered post, courier or speed post only.



4





3 EARNEST MONEY

3.1 Tenderers are required to deposit the Earnest money of Rs: 60,000/= in the
form of Call Deposit Receipt/Fixed Deposit Receipt of any Nationalized
Bank pledged to the Dy. General Manager, Mechanical Unit, JKPCC Ltd.
Jammu.

3.2 The Earnest money of the unsuccessful tenderer will be refunded on
application by the tenderer after intimation of rejection of his tender is sent
or the expiry of validity period whichever is earlier.

4 SUFFICIENCY OF TENDER :

4.1 The rates quoted shall be inclusive of all the expenses for complete supply
Installation, testing and successful commission of equipment and shall,
amongst other things, include all taxes, duties, toll, octroi, royalties, patent
rights, etc.

5 ALL PAGES TO BE INITIALLED :

5.1 All the pages of the tendered documents accompanying the tender shall be
initialed at the lower right hand corner and signed where required in the
tender papers by the tenderer or his authorized representative.

6 VALIDITY OF OFFER :

It will be obligatory for the tenderers to keep the offer of their
offers/quotations valid for a period of 120 days from the date of receipt of
tender.

7 OPENING OF TENDERS :

7.1 Tender documents will be opened by the Managing Director, JKPCC Ltd., or
other officers as may be authorized on his behalf, at the Jammu office of the
Managing Director at Rail Head, Ambedkar Chowk on 30-06-2010 at 1.00 P.M.
or any subsequent day convenient to the Managing Director, JKPCC Ltd.,
Jammu in the presence of the tenderers or their representatives who may
wish be present.

7.2 All envelopes containing price bids (Cover II) of all tenderers will be
collected and enclosed in a single envelope and sealed by the officer opening
the tenders in the presence of the tenderers/ their representatives which
shall be opened at some later date and will be communicated to the
tenderers whose Cover Ist is entertained.


5



7.3 Contents of the Cover Ist of all tenderers will be opened one by one to verify
their contents. If the contents do not comply with the requirements
stipulated vide clause 2.1, the tender shall be liable for rejection.

The conditions, deviations etc, shall then be read out subsequently, the
offers shall be scrutinized in detail by the Corporation and/or the Consultants
and in cases where the Technical details/drawings etc. are found acceptable,
the offer shall be processed further so as to bring them at par as far as
possible. For this, necessary clarifications and/ or confirmations on technical
aspects as also financial implications for modifications of same, if any, along
with financial implications for withdrawal of any conditions/deviations put
forth by the tenderers shall be obtained in writing . These financial
implications shall be considered along with the price bids submitted in Cover
II to arrive at the final price offers of each tenderer. Cover II of the
tenderers, whose Cover Ist are entertained for considering the offer further
will be opened thereafter.

8 REJECTIONS OF TENDERS :

8.1

If a tenderer proposes any alterations in or additions to the prescribed price
bid format, without clarifying same in his tender letter, or reserves the right
to decline to carry out any work included in these tender documents, then his
tender is liable to be rejected.
8.2 Canvassing in connection with the tender, in any form renders the tender to
be rejected.
8.3 The Managing Director, JKPCC Ltd, reserves the right to reject any or all the
tenders without assigning any reasons whatsoever.

9 AWARD OF WORK :

9.1 The successful tenderer will be notified by allotment letter by the competent
authority, to the address shown on his tender, that his tender has been
accepted. This letter shall be treated as letter of award of work for all
contract purposes.
9.2 The tender together with the letter of acceptance thereof shall constitute a
binding contract between the successful tenderer and the corporation and
shall form the foundation of the rights and obligations of both the parties.
9.3 The terms arrived at during the process of clarifications vide clause No.7 will
be reduced in writing to specific agreed special conditions prior to the signing
of the agreement, and these shall form part of the contract.

10 DOCUMENTS MUTUALLY EXPLANATORY :

10.1 The several documents forming the contract are to be taken as mutually
explanatory to one another, detailed technical specifications/ drawings being
followed in preference to general specifications/ small scale drawings,
figured dimensions in preference to scale dimensions and special conditions in
preference to General Conditions.
6




10.2 In case the security deposit is furnished in the form of Call Deposit Receipt
of any scheduled Bank and the Bank is unable for any reason to make
payments against the call deposit receipt the loss caused thereby shall be
borne by the contractor and he shall on demand from the Engineer-in-charge
forthwith make good the deficit.

10.3 All compensations or other sums payable by the Contractor under the terms of
this Contract may be deducted from his security deposit or from any sums
which may be due to him and in the event of the security deposit being
reduced by reason of any such above noted deductions, the contractor shall
within 14 days of the receipts of the notice of demand from the Engineer In-
charge make good the deficit.

10.4 There shall be no liability on the Corporation to pay any interest on the
Security Deposited by or recovered from the Contractor.

10.5 The Security deposit will be retained by the Corporation free of interest,
security against any non-compliance with prescribed specifications,
rectifications of defects, which the contractor shall be liable to rectify or
make good during the defect liability period. The security deposit will be
refunded with his final bill or after his satisfactory compliance with his
liabilities notified during the defect liability period, whichever is later.



Sd/-
Deputy General Manager
Mechanical Unit J&K PCC Ltd.
Jammu





7


Appendix-A

NO. DHD/FI/NIT/03 DT:-10-06-2010
Due on 30-06-2010
General Conditions of Contract

1. Definition :

In construing this contract as defined in 1(f) below the following words shall have the
meaning herein assigned to them except where the subject or contract otherwise
requires:

a) Employer/ : Shall mean Managing Director JKPCC Ltd.
Owner include his/their representative/s assign/s successor/s
b) Engineer in : Shall mean Dy. General Manager /Manager (Mech.)
Charge include his/their representative/s assign/s successor
d) Contractor : Shall mean Manufacturer and shall include his/their legal
representative/s assign/s successor/s.
e) This contract : Shall mean invitation to tenders and general
instructions to contractors letter of acceptance of
tender. Articles of agreement and conditions of contract,
the appendix, system specifications and the schedule of
quantities attached hereto and duly signed.

Words importing persons include firm and corporations. Works importing the singular
only also include the plural and vice-versa where the contract requires.

2. Scope of Contract :

The contractor shall carry out and complete the said work/ supplies in every respect in
accordance with this contract and under the directions of and to the satisfaction of the
Engineer in-charge. The Engineer In-charge may in his discretion and from time to time
issue written instructions, details, directions and explanations which are hereunder
collectively referred to as Engineer In-charge instruction in regard to :-
a) The variation or modification of the quality or quantity of works/ supplies
or omission or substitution of any work.
b) Any discrepancy between the schedule of quantities and/or specifications.
c) The removal and/or re execution of any works executed by the contractor.
d) The amending and making good of any defects under clause 18. The contractor
shall forthwith comply with and duly execute any work / supplies comprised in
such Engineer in-charge instructions provided always that verbal instructions,
directions and explanations given to the contractor or his representative upon
the works/ supplies by the Engineer In charge shall if involving a variation, be
confirmed in writing by the contractor within 14 days. And if not dissented from
in writing within a further 7 days by the Engineer in-charge, such shall be deemed
to be the Engineer In-charge instructions within the scope of the contract.


8


3. Time of completion :-

The time of completion of the job will be within two months from the issue of
supply order.

4. Damage for Non Completion :

If the contractor fails to complete the works/ supplies by the date stated in the
appendix or within any extended time under clause 6 thereof and the Engineer In-
charge certifies in writing that in his opinion the same ought reasonably so to
have been completed, the contractor shall pay or allow to the employer the
sum named in the appendix as `liquidated damages for the period during which
the said works/ supplies shall so remain incomplete and the employer may deduct
such damage from any moneys due to the contractor.

5. Force Majeure :

The right of the contractor to proceed with the work/ supplies shall not be
terminated because of any delay in the completion of the work/ supplies due to
unforeseeable causes beyond the control and without the fault or negligence of
the contractor, including but not limited to acts of god, or of the public enemy,
restraints of a sovereign state, firms, floods, unusually serve weather and act of
the employer.

6. Delay and Extension of Time :
In the opinion of the Engineer In-charge the works/ supplies be delayed:
a) By force majeure.
b) By reasons of civil commotion, location combination of workers on strike or
lock-out affecting any of the building trades.
c) In consequence of the contractor for not having received in due time
necessary instructions from the Engineer In-charge for which he shall have
specifically applied in writing.
d) By reasons of Engineers In-charge instructions as per clause 2. The
Engineers In-charge shall make a fair and reasonable extension of time for
completion of the contract works/ supplies.
In case the physical progress of the work/ supplies is delayed as compared to the
time schedule referred to above due to reasons which are beyond the control of
the contractor, or due to force majeure conditions, or due to delays owing to
other agencies, strike or lock-out, the contractor shall apply in writing for
extension of the time for completion of the work/ supplies, stating clearly the
reasons for the delay, period of delay and the extension of time desired. The owner on
satisfying himself that the reasons for delay are really beyond the control of the
contractor, may grant extension of time for the completion of work/ supplies. No
payment or compensation shall be made to the contractor in the event of the owner is not
in a position to allow the contractor to do the work on specific days and time due to
whatsoever reason. Such delays are only for the consideration of extension of time. On
no account any compensation shall be made to the contractor for extension of time due to
delay made by the owner. However the liquidated damages from the contractor can be
recovered on account of delay from his side for completion.
9

7. Prices :
The prices to be quoted by the intending tenderer shall include the supply and
installation of all equipment at site, ancillary material and other items whatsoever
required for carrying out the job to fulfill the intent and purpose as laid down in the
specifications whether specifically mentioned or not. The prices/rates quoted shall be
inclusive of all taxes, duties, packing, forwarding, freight, transit insurance and all other
levies as applicable by the Central as well as State Government (Except WCT as applicable
in the J & K State Govt. on Work contracts) for the completion of the work. The WCT
(Works Contract Tax)/ Service Tax applicable in the J & K State Govt. is not to
be included in the quoted prices as the J&K Projects Construction Corporation
Ltd. is the Main Contractor and the tenderer being the Sub Contractor shall not
be liable to the WCT/Service Tax in the present case as per the Commissioner
Commercial Taxes Department, J&K Govt. vide clarification No. 08 of 2006 dt
14-08-2006. The successful tenderer/ contractor, on completion of the contract/work
shall be issued a certificate on prescribed format from the Main Contractor J&K PCC Ltd.
Jammu/Srinagar (to be issued by the competent Authority) for the purpose of proof of
payment of such tax. Failure to include all other taxes and duties will not entitle the
contractor to any extra claims from the employer. The contractors rates shall remain
firm and fixed during the currency of the contract

8. Maintenance Manuals etc :
Prior to the completion of work the contractor shall furnish to the employer (3)
three sets of a comprehensive manual, describing all components, furnish a list of
spare parts and settings forth in details the instructions for the operation and
maintenance of the equipment .
Any special tools required for the operation or the maintenance of the Fire
detection, Fire Alarm and Fire Fighting System, shall be supplied free of cost.

9. Testing and handing over :
On the completion of work the contractor shall arrange to carry out various initial
tests in the presence of and to the complete satisfaction of the Engineer in-charge
or his representative. Any defects or shortcomings found during the tests shall be
speedily rectified or made good by the contractors at his own expense.
In case if test readings are not satisfactory, contractor shall carry out all
modifications required to bring the unit up to the level of acceptability within a
period, not exceeding 10 days from the date test readings are rejected and failure
to do so, will entitle the clients to forfeit the Security Deposit.

10. Copies of bill
Contractor shall submit all bills and vouchers in Duplicate

11. Defects liability
The complete work shall be guaranteed against defective materials and
workmanship for a period of 12 months from the successful commissioning of the
Fire detection and Fire Alarm, Fire Fighting System. This however, shall not impair the
validity of any action according to any law enforced for any non-performance of
any work under this contract. If any part of work is found unsound or defective
during the defect liability period, the contractor shall repair and make good the
same, within a reasonable time, at his own risk, responsibility and cost. Any delay
10

in such repairing and making good by the contractor, shall entitle the Employer to
do it at the contractors entire risk, cost and responsibility

12. Rejection of Defective Plant :

a) If on test any portion of the Fire detection , Fire Alarm, Fire Fighting System is
found to be defective or not fulfilling the intent or the meaning of the
specifications, the same shall be replaced or repaired to the entire satisfaction of
the Engineer In-charge.
b) In case the contractor fails to remove the defects, within a period considered
reasonable by the Engineer in-charge, the JKPCC reserves the right to take
necessary remedial measures through other agencies and all expenses thus
incurred would be recovered from the contractor.

13. Variation

The J.K.P.C.C. shall be entitled to make any variation of the quality or quantity of
the works/ supplies or any part thereof that may, in his opinion, be necessary and
for that purpose, or if for any reason it shall, in his opinion be desirable, he shall
have power to order the contractor to do.

14. Contract Specification

Before execution of contract, the contractor shall check all specification and shall
within ten days report any errors, discrepancies or omissions discovered therein to
Engineer-in-Charge and obtain appropriate clarifications on the same. Any
adjustment made by the contractor without prior approval of JKPCC shall be at his
own risk and cost.

15. Liquidated damages

0.25% (zero point two five percent) per week subject to maximum 10 % (Ten
percent) of contract value.

16. Specifications

The Specifications lay down minimum standards of equipment and workmanship.
Should the Tenderer wish to depart from the provision of the specifications, either
on account of manufacturing practice or for any other reasons, he should clearly
draw attention in his tender to the proposed points of departures and submit each
complete information and specifications, as will enable the relative merits of the
deviations to be fully approached. In the absence of any deviations, it will be
deemed that the Tenderer is fully satisfied with the intents of the Specifications
and their compliance with the statutory provisions and local codes.

Tenderers not submitting equipment data in full, will do so at the risk of their
tenders being valuated with such information as may be available with the
J.K.P.C.C.


11



17. Maintenance of the system and Training of Personnel :

The contractor shall also train the JKPCCs personnel, to operate the system and
carry out routine checks, during the period of testing and commissioning. If found
necessary, the supplier shall train such personnel at his works at no extra cost to
the employer.

18. Completeness of the work/ job :

The contractor shall provide all required materials, equipment, ancillary items,
etc., to install the Fire detection and Fire Alarm, Fire Fighting System capable of
fulfilling the intent and purpose of the contract, whether or not each and
every item is mentioned in the specifications. Any shortcomings noticed at any
stage shall be made good at no extra cost.

19. Guarantee :

a) The contractor shall guarantee that all the material, and components supplied,
fabricated, designed and installed by him on Fire detection and Fire Alarm, Fire
Fighting System, shall be free from defects due to faulty design material and/or
workmanship, that the unit shall perform satisfactorily and the efficiency of all
the components shall not be less than the values laid down in the specifications
and the capacities, shall be at least equal to those specified.

b) The period of the guarantee shall be minimum (12) twelve months after the Fire
detection , Fire Alarm, Fire Fighting System, is successfully commissioned during
which period if any or all components found to be defective shall be replaced or
repaired free of charge and any short comings found in the system as specified
shall be removed at no extra cost. The contractor shall provide the necessary
personnel and tools for fulfilling the above guarantee.

c) If the defects are not removed with in a reasonable time, the employer may
arrange to do so at the contractors risk and cost, without prejudice to any other
rights.

20. Terms of payment :
70% prorate payment shall be paid against supply of equipment, component at site
and its verification by the Engineer In charge. 20% of the contract value on against
completion of work. Final 10% payment shall be made after successful testing
and commissioning of Fire detection, Fire Alarm and Fire Fighting System.
21. Bank Guarantee :
The firm shall execute bank guarantee of any scheduled bank in favour of Dy.
General Manager Mechanical Unit JKPCC Ltd. Jammu amounting to 5% of the value
of the contract after the issue of the Allotment order and will be released after
warranty period is over.

12



22. After Sales Service :
The firm shall provide free services during the guarantee period and give prompt
attention to any complaint of consignee at short notice. The firm shall provide
service and spares for the said equipment /system for at least 10 years at the
mutually acceptable terms and conditions after expiry of the guarantee period of
12 months.
23. Arbitration :
In case of any dispute arising at any time between the Contractor and the
Corporation, the same shall be referred to the Managing Director, JKPCC Ltd., who
may give decision on such a dispute himself or request the Government to
nominate any other officer of the Government for arbitration. Decision of the
Managing Director or the officer nominated by the Government shall be final and
binding on both the parties.
24. Agreement :
The firm shall execute an agreement with the corporation within 15 days from the
date of allotment of work.
25. All the pages of this document (i.e Appendix A, B, C, D, E&F) are required to be
accepted signed and enclosed with the respective offers.

Sd/-
Deputy General Manager
Mechanical Unit J&K PCC Ltd.
Jammu














13


APPENDIX-B

NO. DHD/FI/NIT/03 DT:-10-06-2010
Due on 30-06-2010

TERMS AND CONDITIONS OF THE CONTRACT

1. Time of completion Two months
2. Defect liability 12 months form date of successful commissioning
Period

3. Prices The prices to be quoted by the intending tenderer shall include the
supply and installation of all equipment at site, ancillary material
and other items whatsoever required for carrying out the job to
fulfill the intent and purpose as laid down in the specifications
whether specifically mentioned or not. The prices/rates quoted shall
be inclusive of all taxes, duties, packing, forwarding, freight, transit
insurance and all other levies as applicable by the Central as well as
State Government (Except WCT as applicable in the J & K State
Govt. on Work contracts) for the completion of the work. The WCT
(Works Contract Tax)/ Service Tax applicable in the J & K
State Govt. is not to be included in the quoted prices as the
J&K Projects Construction Corporation Ltd. is the Main
Contractor and the tenderer being the Sub Contractor shall
not be liable to the WCT/Service Tax in the present case as
per the Commissioner Commercial Taxes Department, J&K
Govt. vide clarification No. 08 of 2006 dt 14-08-2006. The
successful tenderer/ contractor, on completion of the
contract/work shall be issued a certificate on prescribed format
from the Main Contractor J&K PCC Ltd. Jammu/Srinagar (to be
issued by the competent Authority ) for the purpose of proof of
payment of such tax. Failure to include all other taxes and duties
will not entitle the contractor to any extra claims from the
employer. The contractors rates shall remain firm and fixed during
the currency of the contract.
4. Liquidated damages 0.25 percent per week maximum 10% of total contract value
5. Terms of payment 70% prorata payment against the supply of equipment,
components at site . 20% of the contract value on against
completion of erection. Final 10% payment shall be made after
testing and successful commissioning .
6. Bank Guarantee The firm shall execute Bank guarantee of any scheduled bank
in favour of Dy. Genenal Mgr. (Mech.) JKPCC Jammu @5% of
the value of the contract after the issue of the allotment order
and will be released after expiry of defect liability period .In
case the contractor does not submit bank guarantee, 5% value
of the allotment order shall be deducted from the first
payment of the firm.
14




7. After Sales Service The firm shall provide free services during the warranty period
and give prompt attention to any complaint of consignee at
short notice.
8. Arbitration In case of any dispute arising out of this contract ,
decision of Managing Director JKPCC Ltd shall be
binding and final on both parties .

Sd/-
Deputy General Manager
Mechanical Unit J&K PCC Ltd.
Jammu




























15



APPENDIX-C

NO. DHD/FI/NIT/03 DT:-10-06-2010
Due on 30-06-2010

TECHNICAL SPECIFICATIONS

SCOPE OF WORK

Supply, Installation, Testing and Commissioning of Fire hydrant, Fire detection, Fire
alarm system at Distt. Hospital Doda.

Work under this contract consist of furnishing labour, materials, equipment and appliances
necessary and required to completely do all works relating to the fire protection system as
described here-in-after and shown and the drawing, consisting of:

Supply, installation. Testing and commissioning of:
a. Fire hydrant system including Fire Pumps and ancillary equipments.
b. Fire detectors.
c. Portable Fire extinguishers.
Preparation of working drawings on the basis of actual site conditions and getting approval
of the Engineer In Charge.
Getting tested by and approval of the installation by the Local Fire Authority after
completion of work.
Supply of necessary spare parts during the commissioning stage.
Before release of final payment the allottee shall produce NOC from local fire authorities
regarding safety, suitability of the system installed

INTERPRETATION

In interpretation of specification, the following order of decreasing importance shall be
followed:
i) Statutory Rules & regulation.
ii) Building Bye-Laws.
iii) National Building codes
iv) NFPA/TAC Codes.

Matters not covered by the specifications given in this contract, as a whole shall be covered
by relevant and latest Indian Standard Codes. If such codes on a particular subject have not
been framed, the decision of the engineer-in-charge shall be final and binding.

SPECIFICATIONS
Work shall be carried out strictly in accordance with the specification attached to the
tender.
Works not covered in the specifications shall be carried out as per relevant Indian Standard
code of Practice/Specifications of Materials.
16


MATERIALS
All materials used on this work shall be new, conforming to the specifications.
Materials shall conform to the technical specification and /or the latest Indian Standards
Specifications as amended up to date and carry certification mark, wherever so required.
All materials used on the project shall be approved by the Owner.
Contractor may be required to purchase such materials of particular make or from a
particular source if in the opinion of the owner the same is necessary and required for the
proper and reasonable compliance of the specifications and in the interest of better quality
of work.

REFERENCE POINTS.
Contractor shall provide permanent bench marks, flag tops and other reference points for
the proper execution of work and the same shall be preserved till the end of the work.
All such reference points shall be in relation to the levels and locations given on the
architectural and contact drawing.

REFERENCE DRAWINGS.
The contractor shall maintain one set of all drawings issued to him as reference drawings.
These shall not be used on site.
All corrections, deviations and changes made on the site shall show on these reference
drawings for final incorporation in the completion drawings. All changes so made shall be
initialed by the owner

INSPECTION AND TESTING OF MATERIALS.
Contractor shall be required to produce manufacturers test certificates for the particular
batch of materials supplied to him. The test carried out shall be as per the relevant Indian
Standards.
Any weights of sizes given in the tender having changed due to metric conversion, the
nearest equivalent sizes accepted by Indian Standards shall be acceptable without any
additional cost. The decision of the owner shall be final and binding on the contractor.

ELECTRICAL WORKS
Electrical work done under this contact shall be executed by licensed wiremen under the
supervision of licensed electrical supervision as per requirements of the Indian Electricity
Act..
Contractor shall obtain the approval of all electrical installation done under this contract
from the appropriate competent authority before the installation is commissioned.

TESTING
Piping system shall be tested as specified under the relevant clasuse of specifications and
shall be performed in the presence of the Owner/Engineer I/C. All pipes/piping loops after
erection shall be subjected to hydrostatic testing at a pressure of 11kg/cm2 or 1.5 times
the working pressure, whichever is higher, to detect any leakage. A proper record of various
test carried out jointly should be maintained at the contractors end.
All materials and equipment found defective shall be replaced and the whole work again
tested to meet the requirements of the specifications, at the cost of the contractor.
Contractor shall perform all such tests may be necessary and required by the local
authorities to meet the municipal or other bye laws in force at his own cost. Contractor has
to obtain a approval for the complete layout of piping/equipment erected.
17




Contractor shall provide free of cost all labour, equipment and materials for the
performance of the test.

WELDING.
The welding procedure, types of electrodes etc. shall be in accordance with the following IS
specifications.
Welding Procedures IS:823
Welding Electrodes IS:814, but of approved makes only.
Testing of welders IS:817
Only welders fulfilling the requirements of IS: 817 and approved by the owner shall be
employed by the contractor.

JOINTING MATERIAL (GASKET)
Gasket, for use in between flanged joints, to be of CAF as per IS-2712, thickness as
specified in B.OQ.

PAINTING
All above ground pipes, pipe fittings, hose cabinets structural steel work pipe supports etc
shall be painted as per specifications given below.
Painting shall be done only after the completion of fabrication work and testing.
The instructions of paint manufacturer shall be followed as far as possible otherwise the
work is to be done as directed by the owner.
All cleaning materials, brushes, tools and tackles, painting, material etc. shall be arranged
by the contractor at site in sufficient quantity.
All rust, dust shall scales, welding slag or any other foreign materials shall be removed fully
so that a clean and dry surface is obtained prior to painting. And other oily containment
shall be removed by use of a solvent prior to surface cleaning.
First coat of primer paint must be applied by brush on dry clean surface immediately or in
any case within 3 hours of such cleaning.
Primer Paints- one coat (minimum thickness 100 microns) self-priming epoxy mastic.
Finishing Coats:-
a. For Pump Rooms- 2 coats (thickness minimum 50 microns each) of epoxy paint, fire
read shades as per IS:5.
b. For other than pump Rooms- 2 coats of synthetic enamel paint, fire red shade as per
IS:5.

COATING WRAPPING FOR UNDERGROUND PIPES.
All underground piping shall be protected by coating and wrapping as per the following
procedure.
The materials and workmanship shall in general confirm to IS: 10221, 1982 or as directed
by the owner/ engineer I/C.
Cleaning- the pipes shall be thoroughly cleaned by dust, rust will scales, oil, grease etc. by
stiff wire brush and scrappers. The surface shall be coated with the black Japan bitumen
paint.
Tart should be wrapped around pipes and one coat of black Japan Bitumen paint to be
provided.

18



INSPECTION AND TESTING SCHEDULE
ABBREVIATIONS USED:
DC DIMENSIONAL CHECKING
MTC MATERIAL TEST CERTIFICATE (CHEMICAL ANALYSIS AND PHYSICAL PROPERTIES)
HTC HYDRAULIC/ PRESSURE TEST CERTIFICATE
NDT NON-DESTRUCTIVE TEST-10% OF FIELD JOINT TO BE RADIOGRAPHED

Sl.No. Item DC MTC HTC Remarks
1. Pipe * * *
2. Fittings * * *
Test pressure as per
specification.
3. Flange * * *
4. Bolting * * *
5. Gasket * * *
6. Valves * * *
Body test at 1.5
times PN with valve
open seat test at
pressure equal to PN
(with value closed).

7. Fire
hydrant
* * *
8. Hose
Pipes
* * *
9. Branch
Pipes
* * *
10. Fire Pumps * * *


Contractor to furnish
manufacturers test
certificate.

SPECIFICATIONS FOR PUMPS AND ANCILLIARY EQUIPMENT
SCOPE OF WORK
Work under this section shall consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely install electrically / diesel engine operated
pumps for fire hydrant installations as required by the drawings and specified herein after or
given in the schedule of quantities.
Without restricting to the generality of the fore-going the pumps and the ancillary equipment
and shall include the following.
a. Electrical/diesel operated pumps with motors/diesel engine, base plate and
accessories.
b. Pump suction and delivery headers, valves air vessel and connections.
c. Pressure gauges/ Pressure switch.
d. Electrical switchboards, wiring cabling, cable tray, control panel and properly
connecting to earthing system.

GENERAL EQUIPMENT
Pumps shall be installed true to level on suitable concrete foundations. Base plate shall be
firmly fixed by foundation bolts properly grouted in the concrete foundation.
Pumps and motors should be truly aligned with suitable instruments.
All connections shall be standard flanged type with appropriate number of bolts.
19

Manufacturer instructions regarding installation connections and commissioning shall be
followed with respect to all pumps, switchgear and accessories.

FIRE PUMPS
Centrifugal, split casing, horizontal pumps should be selected as per IS. Pump should have the
following specifications:
Shut off head should not exceed 120% of rated head. Pump shall develop not less than 65% of
rated head at 150% of rated capacity. These conditions are strictly complied with.
Pumps shall be provided with pressure gauge with isolation cock on the delivery side.
In case of motor driven pump, the motor rating should be adequate to drive the pump at 150%
of rated discharge.

WEST RISER HYDRANT
Wet riser hydrant shall be pressurized through a set of pimps driven by electric motors/diesel
engine. Desired pressure shall be created and maintained in the systems by means of the Jocky
pump sets. The working of the pump sets shall be as under:

MAIN PUMP FOR HYDRANT
Automatic start on reduction in the pressure in the system at pre-determined level through
pressure switches. Also manual start arrangement shall be made in case of failure of automatic
start system.
Pump set shall stop by manual operation only.

STAND BY MAIN PUMP (DIESEL ENGINE DRIVEN)
In the event of failure in the operation of min pump sets for hydrants, the stand-by-main pump
shall come into operation when the pressure in the system is reduced to a pre-determined level.
Also manual start arrangement shall be made in case of failure of automatic start arrangement.
Stand by Main Pump set shall stop by manual operation only.

JOCKEY PUMP.
Staring and stopping of jockey pump set shall be automatic at pre-determined levels through
pressure switches. However, arrangements for manual start and stop of the pump shall also be
made, Jockey pump shall take care of small leakages in the piping system and pumps cushion
tanks.

ELECTRIC MOTORS
Electrically driven pumps shall be provided with totally enclosed fan cooled induction motors
suitable for fire pumps with IP 55 enclosure.
The motors should be rated not to draw more than 4.5 times the starting current.
Motors shall be at least equivalent to the horsepower required to drive the pump at 150% of its
rate discharges.
The motors shall be wound for class F-insulation and windings shall be vacuum impregnated
with heart and moisture resisting varnish, glass fiber insulted.

DIESEL ENGINE
Diesel engine shall be of 6 cylinders with individual heat assemblies. The engine shall be water
cooled and shall include heat exchequer and connecting piping strainer, isolating and pressure
reducing valves, by pass line, exhaust pipe, silencer day tank for fuel all interconnected piping
etc. complete in all respects.

20


Engine shall be direct injection type with low noise and exhaust emission levels.
The speed of the engine shall match the pump speed for direct drive.
The engine shall be capable of being started without the use of the wicks, cartridge heater plug
or either at the engine room temperature 4 C and shall take full load within 15 second from the
receipt of the signal to start.
The engine shall effectively (i.e without and derating) operated at 46 C ambient temperature at
150 meter above men sea level.
Noise level of the engine shall not exceed 90 db (free sound pressure) at 3-meter distance.
The engine shall be self starting type up to deg. C shall be provided with one 24 volts heavy
duty D.C battery, starter, cutout, battery leads complete in all respects. One additional spare
battery shall be provided. The battery shall have an adequate capacity for cold cranking
amperage as recommended by the engine manufacturer.
An automatic change over system shall be provided so that the spare battery comes into
operation in case its own battery does not start the engine.
Pump Control Panel should have visual and audio alarm and indication for battery failure.
The working battery as well as battery should have output amperage capacity for at least 3
consecutive cranking/starting of the engine.
Provide a battery charge of sufficient amperage capacity of fully charge the batteries in 20
hours with tickle and booster charging facility and regulators.
Arrangement for starting shall be automatic on receiving the signal But shutoff shall be manual.
The engine shall be provided with an oil bath or dry type air cleaner as per manufacturers
design. Engine shall be suitable for running on high-speed diesel oil.
The system shall be provided with a control panel with push buttons starting arrangement also
wired to operate the engine by differential pressure switches.
The entire system shall be mounted on a common structural base plate with anti vibration
mounting and flexible connections on the suction and deliver piping.
Contractor shall provide one fully mounted and supported day oil tank fabricated from 6mm
thick MS sheet electrically welded with capacity for 8 hours working at full load but not less
than 200 liters. Provide level indicators low level and full level in the day oil tank on the control
panel through float switches and an air breather. Day oil tank shall also be provided with filling
connection (threaded) with cap, gauge glass indication & cocks, drain cock, inspection/cleaning
cover with gasket and nuts/bots. MS dyke to hold 150% of the day tank capacity to be built
around the day tank.
Contractor to provide one exhaust pipe with suitable muffler (residential type) to discharge the
engine gases to outside in open air as per site conditions (contractor to check the site).
Contractor to provide all accessories, fittings, and fixtures necessary and required for a
complete operating engine set. The exhaust pipe shall be taken outside the building with
minimum number of bends (approx. length 30 mts.) and shall be duly hat insulted with 50mm
thick glass wool covered with 24-guage aluminum cladding.
Contractor shall submit to the owner special requirements, if any, for the ventilation of the
pump room.

BASE PLATE
Pumps and motors shall be mounted on common structural base plate and installed as per
manufacturer instructions.




21



AIR VESSEL
The contractor shall provide one Air vessel 250mm dia and 1.5 mtr high with dished top, made
of 6mm thick MS pipe complete with 25 NB dia gun metal air release valve, 20mm dia stop
valve,25Nb gun metal pressure release valve,49NB drain valve , pressure guage & all accessories
as req and painted.
The fire pumps shall operate on drop of 1 kg./Sq.cm. pressure in the mains. The pump
operating sequence shall be arranged in a manner to start the pumps automatically but should
be stopped by starter push buttons only.

CUBICLE TYPE SWITCH BOARDS/L.T.PANEL
Cubicle type switchboards and components shall conform to the requirements of the latest
revision including amendments of the following codes and standards.

IS: 8623 : Specification for factory built assemblies of switch gear
And control gear for voltage up to and including 1000-V
AC/1200V-DC.
IS:4237 : General requirements for switch gear and control gear for
voltage not exceeding 1000-V.
IS:2147 : Degree of protection provided by enclosures for low
voltage switchgear and control gear.
IS1018 : Switchgear and control gear section / installation and
maintenance.
IS: 6005 : Code of practice for phosphating of iron and steel.
IS:13947-1993/ : Air circuit breaker/moulded case circuit breaker.
IE:C947-1989
IS:1248 : Direct acting indicating analogue electrical measuring
Instruments and testing accessories.
IS: 2705 : Current transformers for metering & protection Part I, II
& III 1984 with Classification burden & insulation.

The board shall be metal enclosed single front, indoors, floor mounted freestanding type or wall
mounting type as mentioned in BOQ. The panel shall be designed for a degree of protection of
IP-52. the panel height shall not exceed 2350mm including horizontal main bus bar at top.
Keeping in view the operating height of the top switch 1750 mm from finish floor, 400mm clear
space shall be left through out the panel at bottom. The cold rolled sheet steel will be of 2mm
thick.
All cutouts and covers shall be provided with synthetic rubber gaskets (Preferably neoprene).
The panel shall be divided into distinct vertical sections each comprising of:
i) Complete enclosed busbar compartment for running horizontal and vertical bus bars.
ii) Complete enclosed switch gear compartment one for each circuit for housing air
circuit breaker, MCCB etc.
iii) Compartmentally for power and control cables of at least 300mm width covering
entire height provide.
iv) All cable alley must be provided with threaded nipples for CO2 flooding system and
shall be connected to all compartment with centralized CO2 system.
v) The panel shall have 20% spare space duly wired for future use.


22




The front of each compartment shall be provided with hinged single lead door with locking
facilities. Panel shall be provided with suitable lifting facilities. Isolators & MCCB/ACBS shall be
of fixed/draw out type as described later.
Each feeder shall have compartmentalized construction cable entry shall be from top/bottom
(3mm thick gland plate shall be provided0 as required.
The panel shall be with three phase buses and neutral bus bars of aluminum sections throughout
the length of the panel and shall be adequately supported and braced to withstand the stresses
due to the short circuit current of 50 KA rms. For I sec. Maximum temperature rise of bus bars
and bus bar connection while carrying rated current shall not exceed 40 amps. over an ambient
temperature of 50 deg.C.
The minimum clearance in air between phases and between phases and earth for the entire run
of the bus bar connections shall be 25mm minimum bus bars support insulators shall be made of
non-hydroscopic non combustible track resistant and high strength type porcelain or polyester
fibber glass moulded material.
All bus bars shall be colour coded as per IS:375 and the current density shall be amp./sq.mm.
G.I. earth bus of 50x6mm size shall be provided at the bottom of the panel through out the
length. Similarly 40x6mm G.I. strip in each vertical section for earthing the individual
equipment/accessories shall be provided and connected to main horizontal bus.
Contractors shall be electro-magnetic types with interrupted duty as per IS:2959. The main
contacts shall be of silver of silver alloy, provided with minimum 2 no. and 2NC auxiliary
contacts. The push buttons should be of shrouded type and each should be provided with I no.
and INC contact. Colour coding shall be as per IS:6875 (Part-II).

ACB
The circuit breaker shall be of air break type in order to eliminate fire and explosion risk and
shall comply with the IS:13947-1993 with a rupturing capacity of not less than 50 MVA at 415
volts or as specified elsewhere (the service short circuit with stand value0. the breaker shall be
provided with microprocessor-based releases for over load and short circuit protection.
The breaker shall consist of a horizontal draw out pattern triple pole, fully interlocked,
independent manual spring operated mechanism. The mechanism should be such that the
circuit breaker is at all times free to open immediately. The trip coil is energized. Current
carrying parts should be silver plated and suitable arcing contacts shall be provided to protect
the main contact are chutes for each pole shall be provided an shall be lifted out for the
inspection of main lifted out for the inspection of main and arching contact.
Self-aligning cluster type isolating contacts shall be provided on breaker for interlocking
protection metering and for any other purposes.
Breaker shall be provided with automatic safety shutters to screen the main live contact when
the breaker is withdrawn. The frame of the circuit breaker should be positively earthen when
the breaker is racked into the cubicle.
The following safety arrangements shall be provided for the safety of the personnel to
preventable operations.
i) Interlock to prevent the truck from being withdrawn or replaced except in the fully
isolated position.
ii) Interlock to prevent earth connection from being made by the earthing devices except
breaker is open.
iii) Interlock to prevent the breaker from being made alive without its rack in position.

23



MOULDED CASE CIRCUIT BREAKER (MCCB)
MCCB shall conform to the latest IS:13947-1993/IEC947-1989. the Service short circuit breaking
capacity (ICS at 415 VAC) should be 50 KA.
MCCB shall be current limiting and comprise of Quick make break switching mechanism
preferably Double Break Contact system are extinguishing device and the tripping unit
contained in a compact , high strength, heat resistant, flame retardant, insulating moulded
case with high withstand capability against thermal and mechanical stresses. All MCCBs shall be
capable of defined veriable overload adjustment. All MCCBs rated 200 Amps and above shall
have adjustable magnetic short circuit pick up.
The trip command shall over ride all other commands. MCCB shall employ maintenance free
double break contact system to minimize the let thru energies and capable of achieving
discrimination up to the full short circuit capacity of downstream MCCB. The manufacturer shall
provide both the discrimination tables and let thru energy curves. The MCCB shall not be
restricted to Line/Load connections.
The handle position shall given positive indication of ON,OFF or Tripped thus qualifying to
disconnection as per IS/TEC indicating the true position of all the contacts. In case of 4 poles
MCCB the neutral shall be defined and capable of offering protections.
The switch shall be normally a fixed control box type heavy duty unit.
Indicating lamps shall be of the panel mounting, LED type and shall have execution plates
marked with its function wherever necessary. The colour of the lamp cover shall be red for ON
and green for OFF.

MOTORS AND STARTERS FOR FIRE PUMPS
The starters shall be of DOL type. The motors should have double sq. cage or other provision to
limit the starting current to 4 times the full load current.

NAME PLATES & LABELS
Panel and all modules shall be provided with prominent engraved identification plates. The
module identification designation. For single front switchboards, similar panel and board
identification lavels shall be provided at the rear also.
All nameplates shall be of non-rusting metal or 3-ply lamicold, with white engraved lettering
on black ground, inscription and lettering sizes shall be subject to Owners approval.
Suitable stenticilled paint marks shall be provide inside the panel/module identification of all
equipments in addition to the plastic sticker labels, if provided. These labels shall be
partitioned so as to be clearly visible and shall have the device number, as mentioned in the
module wiring design.

PAINTING OF ALL STEEL WORK
The steel used for fabrication of electrical/panels/equipment should be stove enameled as per
the detailed specification given below:
a) Degreasing: All the steel components, to be painted should be effectively cleaned by
alkaline degreasing.
b) Picking: Oxide scale rust formations are to be removed in a hot bath of sulphuric acid.
Putting of the surface is to be prevented by the use of pickling in havitors.
c) Cold Rinsing: The parts are then to be washed with cold water to remove all traces of acidic
solution.


24



d) Phosphating: In order to attain durable paint coating the metal surface is to be given
phosphating treatment by development a phosphate layer on the surface. Preferably hot
grenadine solution is to be used in the phosphating plant.
e) Pessivating: This process is to be carried out be using deodilate solution.
f) Drying: The treated parts should then b dried in a hot chamber in dust free atmosphere to
ensure that they are absolutely clear and dry before the paint is applied.
g) Primer Coating: The treated and dried parts are to be sprayed with high corrosion resistance
primer.
h) Stove Drying: The primer coating is to be backed in an electrically heated, air circulated
area type storing over.
i) Finishing coat: The finishing paint coat is to be applied by spraying two coats of 15-micron
thickness powder coated paint of approved shade.

WIRING
Control and protective wiring shall be done with copper conductor PVC insulated 1100 volts
grade multi-stranded flexible wire of 2.5 sq.mm 2 cross section. The colour coding shall be as
per latest edition of IS:375.
Each wire shall be identified by plastic ferrule. All wire termination shall be made with type
connection. Wire shall not be taped or supplied between terminal points.
Terminal blocks shall preferably by grouped according to circuit function and each terminal
block group shall have at least 20% spare capacity. Not more than 1 (one) wire shall be
connected to any terminal block.

CURRENT TRANSFORMER
Current transformers shall be of ratio, burden (shall be worked out by panel supplier),
class/accuracy specified in Single Line Diagram.
Current transformer shall conform to latest edition to relevant standards. Current transformers
shall be epoxy resins cast with bar primary or ring type.
The design and construction shall be sufficiently robust to withstand thermal and dynamic
stresses due to the maximum short circuit current of the circuit.
The current transformer shall preferably be capable of being left open circuited on the
secondary side with primary carrying rated fully load current, without overheating or damage.
Short time current rating and rated withstands time shall be same as corresponding C.B.
CT core laminations shall be of high graded silicon steel.
Secondary terminals of CT shall be brought out to a terminal blocks, which will be easily
accessible for testing and external connections. Facility shall be provided for short-circuiting
and earthing of CT secondary leads through a removable and accessible link with provision for
attaching test link.
Rating plate details and terminal markings shall be according to the latest edition of relevant
Indian standard specification.
Generally separate current transformers (core) shall be used for metering and protection.

CABLES
Contractor shall provide all power and control cables from the motors control center to various
motors and control devices, of ratings as per IS:3961.



25



All power and wiring cables shall be aluminum conductor PVC insulated armoured and PVC
sheathed of 1.1 KV grade. Control cables and power cables of 2.5 sq.mm or less shall be of
copper armoured. Cables and wires shall comply with requirements of IS:5831,694,9130,7098 (I)
& 1554 as the case may be.
All cables shall have stranded conductors. The cables shall be supplied in drums as far as
possible and hear the manufacturers identification mark.
All cable joints shall be made in a approved manner as per accepted practice.

CABLES TRAYS
Cable trays shall be 2 mm thick GI/CRCA powder coated as per approved shade of client. Sheet
steel ladder type/perforated cable trays including fixing along wall/ ceiling complete with MS
rod/flat hangers directly grouted in walls/ceiling etc. as required.
The sizes shall be as follows and as directed by the owner.

HYDRANT SYSTEM

EXTERNAL HYDRANT
Contractor shall provide external hydrants. The hydrants shall be controlled by a Cast iron
sluice valve. Hydrants shall have Instantaneous type 63-mm dia outlets. The hydrants shall be of
gunmetal and flange inlet and single outlet conforming to IS 5290-1983 with G.I. duck foot bend
and flanged riser of required height to bring the hydrant to correct level above ground.
Contractor shall provide for each external fire hydrant two nos. of 63 mm dia 15 meter long
synthetic fiber non percolating hose pipe with gunmetal male and female instantaneous type
coupling machine wound with copper wire hose to ISS 636 type B and coupling to IS 903 with IS
certification), gunmetal branch pipe with 16 mm nozzle to IS 903-1984.

INTERNAL HYDRANTS
Contractor shall provide on each landing and other locations as shown on the drawings on single
headed gunmetal landing valve with 63mm dia outlets and 80mm inlet IS 5290-1969) with
individual shut off valves and cast iron wheels. Landing valves shall have flanged inlet and
instantaneous type outlet.
Instantaneous outlets for fire hydrants shall be of standard pattern approved and suitable for
fire brigade hose. Contractor shall provide for each internal fire hydrant station four numbers of
63mm dia 7.5 meter long synthetic non percolating hose pipes with gunmetal male and female
instantaneous type coupling machine wound with G.I. wire (hose to IS 636 type B and couplings
to IS 903 with IS certification), fire hose reel, gunmetal branch pipe with nozzle IS 903 firemans
axe.
Each hose box shall be, after thorough cleaning of surface, painted as per General Technical
Specifications. The words FIRE HOUSE to be painted on the inner face of the glass.

FIRST AID HOSE REELS
Contractor shall provide standard fire hose reels with 20mm dia high pressure rubber hose of 30
metes length with gunmetal nozzle with 5mm bore, and control valve, shut of nozzle connected
wall mounted on circular hose reel of heavy duty mild steel construction and cast iron brackets.
Hose reel shall conform to IS 884-1989.The hose real shall be connected directly to MS Pipe rise
through and independent connection.


26



PRESSURE GAUGES
All pressure gauges shall be of dial type with bourdon tube element of SS-316. the gauge shall
be of reputed make. The dial size shall be 150-mm dia and scale division shall be in metric
units marked clearly in back on a white dial. The range of pressure gauge shall be 0 to
12kg./sq.cm.
All pressure gauges shall be complete with isolation cock, nipples, trail pipes etc.

PRESSURE SWITCHES
The pressure switch shall be industrial type single pole double through electric pressure switch
designed for starting or stopping of equipment when the pressure in system drops or exceeds
the pre-set limits. It shall comprise of a single pole changeover switch, below element assembly
and differential spindle.
All the pressure switches shall have B.S.P. (f) inlet connections and screwed cable entry for
fixing cable gland.
The electric rating of the switch shall be as sunder:
Type of supply Voltage Non-Inductive Inductive
A.C 110-308 10Amp 6Amp
D.C 24-250 12Amp. 12 Watts

FIRE BRIGADE CONNECTION
The contractor shall provide as shown on drawing gunmetal four ways collecting head with
63mm dia instantaneous type Inlets with built in check valve and 100/150 mm dia. Outlet
connection to the fire main grid and for tank filling collecting head shall conform to IS:904-
1965.

AIR VALVES
The contractor shall provide 25mm dia screwed inlet cast iron single acting air valve on all high
points in the system.

DRAIN VALVE
THE CONTACTOR SHALL PROVIDE 25MM DIA ms Pipe to IS:1239 (heavy class) with brass ball valve
for draining any water in the system in low pockets as shown in drawings or as directed by the
owner.

VALVE CHAMBERS
JKPCC shall provide shall suitable brick masonry chambers in cement motor 1:5 (1cement:5
coars sand) on cement concrete foundations 150mm thick 1:5:10 (1 cement 5 fine sand:10
graded stone aggregate 40 mm nominal size) 15mm thick cement plaster inside and outside
finished with a floating coat of neat cement inside with cast iron surface box approved by fire
brigade including excavation, back filling, complete. It is the responsibility of the contractor to
ensure that structure constructed is as per his requirement .
Valve chamber shall be of the following size:
For depths 130cm and beyond 120x120cms.
Weight of C.I. frame and cover shall be 30 kg.

PIPE PROTECTION
See Clause on Painting and Coating/Wrapping under General Technical Specifications.

27



PIPE SUPPORTS
All pipes shall be adequately supported from ceiling or walls by means of anchor fasteners by
drilling holes with electrical drill in an approved manner as recommended by manufacturer of
the fasteners.
All supports/clamps fabricated from MS structural e.g. roads, channels, angles and flats shall be
painted as described in specifications for Painting under General technical Specification.
Wherere inserts are not provided the contractor shall provide anchor fasteners. Anchor
fasteners shall be fixed to walls and ceiling b y drilling holes with electrical drills in an
approved manner as recommended by the manufacturer of the fasteners.

TESTING
All piping in the system shall be tested to a hydrostatic pressure of 11.0kg/sq.cm or 1.5times
the working pressure. Which ever is higher, without drop in pressure for at least 2 hours.
Rectify all leakages, make adjustments and reset as required and directed.

HOUSE CABINETS:
Provide doors/hose cabinets for internal/external hydrants respectively fabricated from 16
gauge MS sheet with double glass front door and locking arrangement, with breakable glass key
access arrangement, duly painted red as per specifications fixed to wall/floor as per site
conditions. The cabinet shall have a separate chamber to stave a key with breakable glass as
per approved design. Hose cabinets shall be hinged double door partially glazed with locking
arrangement, painted as per General technical Specification with FIRE HOSE written on it
prominently. Samples of hose cabinet for indoor and outdoor works shall be got approved from
owner before production/delivery at site.
For external hydrants the hose cabinets shall be fabricated from 1-gauge thick MS sheet with
double shutter glass front door and locking arrangement with breakable glass key access
arrangement. The cabinet shall have FIRE HOSE written on it prominently. Sample of hose
cabinet shall be got approved from the Owner before installation at the site.

MEASUREMENT
Mild steel pipes shall be measured per linear of the finished length along the center line and
shall include all fittings (including flanges), welding, jointing, clamps for fixing to walls or
hangers, anchor fasteners and testing.
Butterfly valves, check valves and full way valves shall be measured by numbers and shall
include all items necessary and required for fixing and as given in the specification/ schedule of
quantities.
Landing valves hose cabinets, synthetic non-percolating fire hose pipes, First-aid fire hose reels
(With gunmetal full way valves) and gunmetal branch pipes shall be measured by numbers and
shall include all items necessary and required for fixing as given in the specification/ schedule
of quantities.
Suction and delivery headers shall be measured per liner meter or finished length and shall
include all items as given in the schedule of quantities.
Painting/wrapping/coating of headers, pipes shall be included in the rate for pipes and no
separate payment shall be made.
Brick masonry chambers shall be measured by number and shall include all items as given in
the schedule of quantities/ specifications.
No additional payment shall be admissible for cutting holes or chases in walls or floors, making
connections to pumps, equipment and appliances.
28



PHOTO ELECTRIC SMOKE DETECTOR & IONISATION SMOKE DETECTORS

DESIGN & SELECTION
a. Ionization & Optical smoke detectors shall be provided in the areas which are
normally free from smoke.
b. The area to be protected by smoke detectors shall be generally in accordance with
the Standards lay down below. Additional detectors if any shall be provided as per
users requirement .

i. Each detector shall cover an area not exceeding 25sqmtr in case of air
conditioning areas and 40sqmtr in case of non air conditioning areas.
ii. Each detector shall cover an area not exceeding 10sqmtr when provided
above false ceiling or below false flooring or over fully covered cable
network.
iii. Ionization and photoelectric detectors shall be provided in the ratio of 1:1
for mixed monitoring purpose.
c. Each return air opening in the weather maker room shall be provided with one
duct detector. The detector shall be ionization type fitted inside sampler box.
d. Signals from detectors which are normally not visible shall be extended in shape of
response indicator to a suitable location which is easily accessible.

e. Each detector shall be numbered zone wise such as Z04/N-10 ; wherein Z04
indicates zone number 4 & N-10 indicates number 10 in that zone.

TECHNICAL SPECIFICATION
The entire system shall confirm to I.S. 2189 as amended upto date. Where standard is not
available the BS 5839 standards shall be followed. The wiring work shall be carried out
conforming to C.P.W.D. specifications for Electrical works (Internal) as amended upto date.

DRAWINGS
The contractor shall furnish the drawing within three days ,before the start of work:-
1. Plans showing location of detectors, main control panel, manual call points, hooters,
response indicators etc.
2. Plan showing zone wise connectivity of detectors and accessories.

OPERATION PRINCIPLE

A. PHOTO ELECTRIC SMOKE DETECTORS
The operation of detector is based on light scattering principle under normal conditions.
Light pulses are separated at such a rate that photo diode is not able to detect them
because of its position being outside the light path. When the smoke enters the chamber,
the light would be scattered off by the smoke and sufficient quantity of light would be
detected by the diode result in activating an alarm on counting of six consecutive pluses on
account of continued existence of smoke within the sensing chamber. External LED also
glows in alarm activation.



29



B IONISATION SMOKE DETECTORS
The Ionisation smoke detector shall consist of two Ionisation chamber i.e. inner and outer,
both containing a sealed radiation source. The air inside the chamber is ionised by the radio
rays omitted from the radiation source. The two chambers are connected in series.
At the time of fire the smoke would enter into the outer chamber and due to the smoke, the
current in the ionisation chamber is reduced. This effect is taken a note of by the control
panel and signals are given accordingly. External LED also glows on alarm activation.

GENERAL FEATURES
1. The detectors shall be plug in type to facilite easy removable and installation of
detectors while base is permanently installed.
2. The detectors shall operate at 24 v (max) D.C. and shall be of low voltage type.
3. The detectors shall be cent percent solid using field effects, transistors, integrated
circuits, and transistor technology.
4. The detectors shall have LED indicators for quick identification of location of fire /
smoke.
5. The detectors shall have provision for connecting remote response Indicator.
6. The detectors shall be protected against reverse polarity of incoming supply.

MAIN CONTROL PANEL
1. Confirming to IS 2189
2. 1.6 mm thick cabinet
3. User-friendly operations.
4. Compatible with all types of conventional detectors.
5. Battery backup with in built changing.
6. Automatic switch over to battery in case of AC main failure.
7. Signal Silence to acknowledge Fire / Fault condition.
8. Active fire zones in case of isolating of other zones.
9. Separate twin LED indication for fire for each zone.
10. Zone wise Fault (open / short circuit) indications.
11. Fire / Fault status in unambiguous colored indications.
12. Ac fail / Low battery indication.
13. Charger ON / Charger fail indication.
14. Fuse blown indication for AC and DC fuses.
15. Earth Fault indications.
16. Hooter cut Detection with audio visual warning.
17. Individual hooter outputs for each zone & a common hooter output.
18. Relay outputs for actuators like elevators control, AHU shutdown, fire
extinguishing system.
19. Selectable activation of relays either at alarm condition or at trouble condition.
20. One man walk test facility.
21. Lamp test facility.
22. Drill switch to activate alarm sounders manually.
23. Ease of maintenance with auxiliary isolate feature.
24. Zone isolation facility.
25. Primary Power 150V to 270V, 50 Hz.
26. Secondary Power- 24V DC ( 12V , 7AH batter-02 nos)
27. Current Consumption 100mA.
30

28. Loop Response approx. 500ms.
29. Auxiliary contact rating 3A @ 230V AC.
30. Zone input 2 wire loop.

HOOTER AND MANUAL CALL POINT

HOOTER
1. The Hooter shall be totally electronic solid state type speaker
2. The Hooter output shall be approximately 4 watts.
3. The Hooter shall be suitable for signal / dual tone audible alarm and public address.
4. The Hooter shall be suitable for wall mounting incorporating hooter card and speaker
inside a metallic box. and shall be mounted 2.4 mtr. above floor level.
5. The control panel shall actuate the Hooter control.

MANUAL CALL POINT OR PILL BOX
1. Manual call point box shall be aluminium/ MS/ die casted construction painted with fire
Red paint.
2. The box shall incorporate single pole change over switch with test facility by inserting a
key.
3. The box shall be provided with plastic coated inner plate, glass, and gasket to make it
completely vermin and dust proof A/W hammer and chain.
4. The glass front cover shall have write up BREAK GLASS IN CASE OF FIRE
5. The box shall be suitable for wall mounting and shall mounted at 1.25 meters above floor level.

CABLES AND THEIR INSTALLATION
The cable should confirm to the following :-
a) PVC insulated copper conductor armoured cable conforming to IS:694-1977 having
minimum 1.5 mm. sq . cross-sections area .
b) PVC insulated single solid core copper wire conforming to IS:694-1977 having minimum
1.5 mm. sq . cross-sections area .

RESPONSE INDICATOR
Response Indicator with suitable 16 gauge MS/aluminum box with cover of acrylic sheet
minimum 2mm thick & LED as req.

ABC TYPE FIRE EXTINGUISHERS 5 KG CAP
ABC type fire extinguishers 5 Kg cap. Complete with discharge arrangement, high-pressure
hose pipe complete as req in conformity to IS 13849-1993.

CO2 TYPE FIRE EXTINGUISHERS 4.5 KG CAP
CO2 type fire extinguishers 4.5 Kg cap. Complete with wheel valve arrangement, high-pressure
wire braided hose pipe as req in conformity to IS 2878-1986.

GI FIRE BUCKET WITH ROUND BOTTOM
GI fire bucket with round bottom each set comprising of 4 Nos of buckets each of 9 ltr cap.
Including fixing suitable brackets in the hook for holding buckets Painted with red paint &
filled of sand in 2 buckets of each set


31


TEST AT SITE
After physical completion of the installation functional tests on the following items shall be
conducted as follows:-

Testing of detectors:-
a) Open Circuit Test:- All smoke detectors of a zone are looped and are terminated on PCB
card in control card in control panel. Remove one terminal of detector to make open
circuit in the detectors loop, a corresponding fault indication of the open circuit will be
displayed on the panel. Open circuit condition is created at the last detector of
individual zone.
b) Short Circuit Test:- Short the terminals of detectors one by one in last detector of each
zone to create a short circuit in detector circuit and same will be displayed on the
panel.

c) Closed Circuit Test:- By putting a cigarette smoke or allowing smoke of four incense
stick in the chamber of detector just about a distant feel apart, the detector will sense
the smoke within 10 15 sec and a red LED on the body of the detector glows
permanently giving a audio visual alarm on the control panel and distant hooters also
gives audio signal.

All other tests pertaining to response indicator , duct detector , manual call points , hooter /
alarms , fault signals , main panel etc shall also be conducted at the time of testing and
commissioning .


Sd/-
Seal and Signature Deputy General Manager
Of the Contractor Mechanical Unit
JKPCC Ltd Jammu













32


Preferred/ Approved Makes

LIST OF APPROVED MAKES OF MATERIALS
(FIRE FIGHTING SYSTEM)
SL No. MATERRIAL IS CODE
applicable
BRAND NAME/
MANUFACTURER
1

Pipe & Fittings
a) G.I Pipe/Mild steel pipe
b) Pipe Fittings(Forged
steel/Cast Steel)
c) Malleable iron fittings

*IS:1239 (Part-I)

*IS:558
*IS:1239(Part-2)

Tata/Jindal (Prakash Tubes

V.S Swastic/DSR
Unik/R/K.S
2 Anti-Corrosive coating for
Pipes
*IS:10221 Rusfrie/CorproTape/Makpolykot/
Pypkote/Blue dip
3 Valves
a) Globe valves/Gate
Valves (G.M)
b) Air Release Valve
c) Butterfly valve
d) Check valve/non
return Valves/Foot
valve
e) Ball Valve
f) Solenoid Valves
g) Y or Bucket Type
strainers
*IS:778


*IS:1305
Leader/sant/Zoloto/KSB
Sant/Newage/Minimax/Zoloto

Audco/Crane/Keystone/KSB/
Zoloto/Sant Kirloskar/Leader
Keystone/Sant/Advance CIM/R-
KSB/Zoloto

Avcon/Festo/indfoss/SMC

Merald/Jaypee/Sant/Strainwell
4 Pumps
a) Centrifugal Pumps IS:9137 Kirlosker/ Mather &
Platt/KSB/Masflow/flow more.
5 Motors Kirloskar/Crompton
Greaves/Siemens/ABB.
6 Fire Accessories
a) Fire Extinguishers
b) Rubber Hose Pipe
First aid hose reel
c) Fire Hydrants
d) Fire hose Reel
e) Collecting head
f) Fire hose Couplings
branch pipe & Nozzles
g) Fire hose cabinets
h) RRL Hose/ C.P. Hose
i) Sprinkles


*IS:940/
*IS:2171/ *IS:2878
*IS:12585

*IS:5290
*IS:834
*IS:904
*IS:901/
*IS:2871

8IS:636pt.II


Minimax/Nitin/Vijay/Getech
Safex (ISI marked only)
Jyoti/Padmini/Getech/Dozz

Minimax/New Age /Sukan /
Getech
-do-
-do-
-do-
Steelage/Newage/Kesara plast/
Getech
DSS/TYCO
33




7 INSTRUMENTATION:
a) Pressure Switches
b) Pressure Gauge

Switzer/Indfoss/Verma trafag
Fiebig/H.Guru/Pricol
8 Electrical:
a) Amp. Meter & Volt
Meter
b) MCB/MCCB Static
O/C/EF & S/C Release
(Adjustable Type)
c) Cable FRLS (with inner
and outer Sheath)
d) Electrical Wire, FRLS.
e) Electrical Switchgear &
Accessories.
f) Power Control
Panels/Automation
Panels
g) Relays

IS:1248

IEC:947


IEC:754




IS:86:8623/
IS:2147

A.E.I/Meco.

Siemens/L&T/BC-H.


CCI/Universal/ICC/Gloster

National/Finolex/Skyton/Batra/H
enley
Siemens/L&T/Indo-Kopp/group
Schneider
Tricolite/Milestone/Controls &
Switchgear/ Adlec/Advance
Elegant.

L&T/ Telematic/Siemens/IEC
9 Fire detectors/fire Alarm,
Panel, accessories, First
aid Fire extinguishers
a) Detectors
b) Hooter, Call Box, RI
c) Panel
d) ABC Fire Ext
e) CO2 Fire Ext
f) Cable
g) Conduit
h) Wire
i) MS Pipe
j) Fire Hydrant Acc
k) RRL
l) Pressure Guage



Apollo, System Sensor, Edward
Agni, Electroquip, Godrej
Agni, Electroquip, Godrej
Cease Fire, Getech, Minimax
ISI mark
Gloster, Havells, Surya
ISI Mark
National, Kinjal
Tata, Jindal, Prakash Surya
Getech, Newage
Newage, BRG
GURU



Sd/-
Signature of Tenderer Deputy General Manager
Firm Seal Mechanical Unit,
JKPCC Ltd., Jammu
34




Appendix-D

NO. DHD/FI/NIT/03 DT:-10-06-2010
Due on 30-06-2010

PROFORMANCE GUARANTEE


We shall guarantee that the machine/ equipment supplied by us shall be free
from defects due to faulty design, substandard material/ workmanship and that
the equipment shall perform as per specifications.


The period of guarantee shall be (12) twelve months from the date of
successful testing and commissioning of Fire detection and Fire Alarm, Fire
Fighting System,. During this period any or all components of the material
supplied by us, if found defective, shall be replaced free of cost. We shall
provide the tools and tackles required for fulfilling the above guarantee.


We also undertake to provide local service and spares for the said equipment
/system for at least ten years at the mutually acceptable terms and conditions
after the expiry of the defect liability period of 12 months and ensure call
response time of 6 hrs after the complaint is lodged with the firm.






SIGNATURE AND CONTRACTORS/ DEALERS STAMP















35


Appendix-E

NO. DHD/FI/NIT/03 DT:-10-06-2010
Due on 30-06-2010


Format for Ist Cover (Technical/commercial)


S.No. Particulars Remarks
1. CDR/FDR Details



2. Equipment to meet minimum specifications
as listed at Pages 15-33.
Acceptable/Not
Acceptable

3. Make of the Fire detection, fire alarm, fire
fighting system


4. Details of the work/job done by the tenderer
in last three years and with certificates from
at least one no end users (Govt.
Department/ Undertakings) as regards to
successful performance of such works.
Enclosed/Not
Enclosed
5. General Terms and conditions of ( Appendix
A ) contract as listed at pages 7 to 12 of the
tender document. Terms and conditions of
contract at pages 13-14 (Appendix-B).
Acceptable/Not
Acceptable
6. Attested copies of sales tax registration
certificate
Enclosed/Not
Enclosed



Sd/-
Signature of Tenderer Deputy General Manager
Firm Seal Mechanical unit
JKPCC Ltd., Jammu.












36

Appendix F
NO. DHD/FI/NIT/03 DT:-10-06-2010
Due on 30-06-2010

PRICE BID FORMAT for IInd Cover
Supply, Installation, Testing and Commissioning of Fire hydrant, Fire
detection, Fire alarm system at Distt. Hospital Doda.

S No DESCRIPTION OF ITEMS Qty Rate Amount

1 SITC of underground M.S Pipes (B class)
including cutting, screwing, welding etc. and
providing all fittings e.g flanges, bends, tees,
elbows reducers, clamps, hinges etc.
Underground pipes shall be wrapped &
coated by providing twin coating of Bitumen
wrapping with first coating bitumen coating
Wrapping with bitumen Hessian cloth &
finishing with Bitumen paint of following
sizes:
a) 150 mm dia 300
b) 100 mm dia 12
c) 80 mm dia 6

2 Same as above but for over ground M.S Pipes
(B class) including cutting holes & chases in
bricks or RCC wall/slab & Making good the
same. Painting with one coat of primer and
two coats of synthetic enamel of approved
shade of following sizes:
a) 200 mm dia 6
b) 150 mm dia 12
c) 100 mm dia 85
d) 80 mm dia 24
e) 25 mm dia 18

3 SITC of single headed oblique pattern
hydrant Landing valve with 80mm dia flanged
inlet and 63mm dia Instantaneous type
female outlet complete with cap and all
Accessories ISI marked. 13

4 Supply of non-percolated flexible hose RRL
63mm dia x 15 mtr long complete with
instantaneous type 63mm dia male and
female ISI marked coupling and Riverted to
hose pipe with riverts and copper wire.& ISI
marked 26

5 Supply & installation of gunmetal 63mm dia
short branch pipe with 20mm dia nozzle , ISI
marked. 13

36

S No DESCRIPTION OF ITEMS Qty Rate Amount
6 SITC of First aid hose reel wall mounting
swinging type complete with drum &
brackets, 25 mm dia ball valve & 20 mm dia
30 mtr long high pressure pad hose with shut
off nozzle complete as req. 9

7 SITC of cast iron double flanged ISI marked
Butterfly valve complete with rubber
insertion, nuts, bolts, washers etc. of
following sizes:
a) 150 mm dia 6
b) 100 mm dia 4
c) 80 mm dia 14

8 SITC of following accessories:
a) 25mm dia spring loaded air release
valve with isolation cork. 3
b) Pressure Guage 4
c) Pressure Switch 3
d) 25 mm dia gate valve 2

9 SITC of cast iron double flanged ISI marked
NRV complete with rubber insertion, nuts,
bolts, washers etc. of following sizes:
a) 150 mm dia 2
b) 100 mm dia 1

10 SITC of gunmetal Fire Brigade connection
with collecting head 63mm,3 way
instantaneous type male couplings with
flanged outlet complete with blank caps
nuts, bolts & rubber insertions, conforming
IS:904-1983 1

11 SITC of the AUTOMISATION CONTROL PANEL
consist of a control cubicle of fabricated
sheet steel suitable for floor mount and for 3
phase, 4 wire , 50 hz system incorporating
suitable isolating main switches, bus bars,
relays, contactors, indication lamps, fuses ,
instruments automatic isolator and auxillary
switch including connectors complete as
required for 1 main electric pump, 1 jockey
pump and 1 spare etc as required for the
system. 1



12 Supplying & laying of 3.5 core 6 sqmm
Aluminum cable from motor to electrical
panel for automation of the system. 20

13 Supplying & lying of 3.5 core 16 sqmm
Aluminum cable frommotor to electrical
panel for automation of the system. 40
38

S No DESCRIPTION OF ITEMS Qty Rate Amount
14 SITC of Kirloskar Pump model DB 100/32 with
broze impeller capacity 1650 LPM with
55mtr head with Kirloskar Diesel Engine 60
HP 12V water cooled with 125 mm suction
and 100 mm delivery ; with Base frame,
coupling, battery fuel tank, AVM pads etc.
complete as required. The pump shall be
provided with mechanical seal complete as
req. 1



15 SITC of horizontally centrifugal end suction
pump complete for delivery 1650 ltr/ min
against a total head of 55mtrs. With 40 HP
three phase motor with speed of 2900 rpm
with bronze impeller and coupling, base
frame and AVM pads complete as required.
The pump shall be provided with mechanical
seal. 1

16 SITC of horizontally mounted centrifugal
pump complete for delivery 180 ltr/ min
against a total head of 55mtrs. With 12.5 HP
three phase motor with speed of 2900 rpm
with bronze impeller and coupling, base
frame and AVM pads complete as required.
The pump shall be provided with mechanical
seal. 1

17 Earthwork excavation in trenches including
backfilling and leveling the top after laying
of MS pipe. 300

18 P/f shutter & frame for internal hose cabinet
overall size 1.5 m wide x 1.80 m high
comprising of thick M.S frame of 40mm
thick M.S angle , with double leaf glazed
shutter and 5 mm thick clear glass with 3
nos. heavy duty hinges per shutter with
locking arrangement including painting , the
word FIRE HOSE BOX to be painted on glass. 9

19 Supply & installation of weather proof hose
cabinets fabricated from 18 swg MS
sheet/section with full front glass door and
suitable to accommodate 2 nos 15 mtr long
hoses and 1 no branch pipes as req. 4

20 SITC of Air vessel 250mm dia and 1.5 mtr
high with dished top, made of 6mm thick MS
pipe complete with 25 NB dia gun metal air
release valve, 20mm dia stop valve,25Nb gun
metal pressure release valve,49NB drain
valve , pressure guage & all accessories as
req and painted. 1

21 Earthing with G.I earth plate (600 x 600 6)
mm thick including accessories & providing
masonry enclosure with M.S cover plate &
Watering pipe of 40 mm dia etc. as required
with charcoal and Salt including excavation
and back filling complete as required. 1
39

S No DESCRIPTION OF ITEMS Qty Rate Amount

22 P/f 25 mm x 5 mm G.I strip from earth
electrode, on surface or in recess for earth
connections as required. 25

23 SITC of gunmetal suction coupling for Fire
Brigade drawal of water from fire tank of 100
mm dia. 1

24 S.I.T.C of Photo smoke detector. 208

25 S.I.T.C of Response Indicator with suitable 16
guage MS/aluminum box with cover of acrylic
sheet minimum 2mm thick & LED as req. 72
26 SITC of 12 zones solid-state main control
panel suitable for wall mounting confirming
to IS-2189 fabricated out of 16 guage CRCA
sheet incorporating audio visual indication
for each zones & 2x12V sealed dry maint.
Free battery not less than 07AH capacity &
battery charger complete. 1
27 S.I.T.C of Manual call box fabricated from 16
gauge MS sheet with hammer complete as
req.
10
28 S.I.T.C of electronic hooter with audible
range of 25-30mtr with suitable output
wattage as req.
10
29 SITC of 8 zones solid-state Local control
panel suitable for wall mounting confirming
to IS-2189 fabricated out of 16 guage CRCA
sheet incorporating audio visual indication
for each zones complete.
2
30 S/l of 2 x 1.5 sqmm dia PVC insulated copper
conductor armoured cable directly on the
surface complete as req.
500
31 S/l of 4 x 1.5 sqmm dia PVC insulated copper
conductor armoured cable directly on the
surface complete as req.
250
32 S/F of following sizes of steel conduit along
with accessories on surface i/c painting as
req.

a) 20 mm dia
50
b) 25 mm dia
50
33 S/F of following sizes of copper cable in
existing surface/recessed PVC / steel conduit
/PVC casing & coping as req.

a) 2 x1.5 sqmm 500
b) 3 x1.5 sqmm 500
c) 4 x1.5 sqmm 50
d) 6 x1.5 sqmm 50
40

34 Providing & fixing ABC type fire extinguishers
5 Kg cap. Complete with discharge
arrangement, high-pressure hose pipe
complete as req. conf. to IS13849
30
35 Providing & fixing CO2 type fire extinguishers
4.5 Kg cap. Complete with wheel valve
arrangement, high-pressure wire Braided
hose pipe as req. conf. to IS 2878
8
36 Supplying & fixing a set of GI fire bucket with
round bottom each set comprising of 4 Nos of
buckets each of 9 ltr cap. Including fixing
suitable brackets in the hook for holding
buckets Painted with red paint & filled of
sand in 2 buckets of each set.
6


Total :-


Note:-1) the tenderer is required to quote their prices as per the technical specifications listed at pages 15 to
33 of this tender document.
2) The prices/rates quoted shall be inclusive of all taxes, duties, packing, for-warding, freight, transit
insurance and all other levies as applicable by the Central as well as State Government . ( Except
Works Contract Tax/ Service Tax shall be governed by the Prices Clause 7 at Page
9 ).

Sd/-
Deputy General Manager
Signature of Tenderer Mechanical unit
Firm Seal JKPCC Ltd., Jammu.

You might also like