STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 1

GOVERNMENT OF AND , SHER-I-KASHMIR INSTITUTE OF MEDICAL SCIENCES, SOURA EXECUTIVE ENGINEER, MECHANICAL, SKIMS MC&H, & SKIMS ,SOURA, SRINAGAR. Tel: 0194-2402617 Ext: 2159 email:[email protected]

TENDER DOCUMENT

FOR

Design, Supply, Installation, Testing & Commissioning of fire Fighting system along with allied Works to State Cancer Institute, SKIMS, soura, Srinagar.

Cost of Tender Document: Rs: 15500

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 2

INDEX

 TENDER DOCUMENT (ABSTRACT)………………………………page 3

 INSTRUCTION FOR TENDERERS……………………………...…page 4

 LIST OF CRITICAL DATES………………………………………….page 5

 GENERAL TERMS AND CONDITIONS (ANNEXURE A)…….….page 7

 TECHNICAL SPECIFICATIONS(ANNEXURE- B).………………page 14

 COMMERCIAL TERMS AND CONDITIONS(ANNEXURE- C)…page 30

 BOQ (ANNEXURE-D)……………………………………………….…

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 3

GOVERNMENT OF JAMMU AND KASHMIR, SHER-I-KASHMIR INSTITUTE OF MEDICAL SCIENCES, SOURA EXECUTIVE ENGINEER, MECHANICAL, SKIMS MC&H, BEMINA & SKIMS ,SOURA, SRINAGAR. Tel: 0194-2402617 Ext: 2159 email:[email protected]

Supply, Installation, Testing & Commissioning of Heating, Ventilation and Air Conditioning System (Phase-I) alongwith allied Works at to State Cancer Institute at SKIMS, Soura.

TENDER DOCUMENT (ABSTRACT) e-TENDER

01 Name of the Work Design, Supply, installation, Testing & Commissioning of Fire Fighting System along with allied Works to State Cancer Institute, SKIMS, Soura, Srinagar. 02 Budget Head Central Sponsored Scheme 03 Estimated Cost Rs.288.00 lacs. 05 Cost of Tender Document Rs.15500/- (Rupees fifteen thousand & five hundred only) in the shape of Demand Draft drawn in favor of Director Finance. SKIMS, Soura, Srinagar. 06 Tender receiving / opening Chief Engineer, Hospital Engineering Department, SKIMS, Soura, Authority. Srinagar. 07 Earnest Money Rs. 5.77 Lacs (Rupees five lac & seventy-seven thousand only) in the shape of CDR/FDR pledged in favor of Director Finance. SKIMS, Soura, Srinagar. 08 Completion time Four (04) Months

Executive Engineer Mechanical, SKIMS Soura, Srinagar.

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 4

Design, Supply, installation, Testing & Commissioning of Fire Fighting System along with allied Works to State Cancer Institute, SKIMS, Soura, Srinagar INSTRUCTION FOR TENDERERS (for e-bidding) IMPORTANT INSTRUCTION TO BIDDERS REGARDING E-TENDERING PROCESS  Bidders are advised to download bid submission manual from the “Downloads” options as well as from “Bidders Manual Kit” on website www.jktenders.gov.in to acquaint them with the bid submission process.  To participate in bidding process, bidders have to get ‘Digital Signature Certificate (DSC)’s as per Information Technology Act-2000. Bidders can get digital certificate from any approved vendors.  The bidders have to submit their bids online in electronic format with digital Signature.  Bids will be opened online as per time schedule.

 Bidders must ensure to upload scanned copy of all necessary documents with technical bid. Cover- I. Besides, all original documents related to Technical Bid should be submitted physically before the due date.  Scan all the documents on 100 dpi with black and white option.

 The Department will not be responsible for delay in online submission due to any reasons.

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 5

GOVERNMENT OF JAMMU AND KASHMIR, SHER-I-KASHMIR INSTITUTE OF MEDICAL SCIENCES, SOURA EXECUTIVE ENGINEER, MECHANICAL, SKIMS MC&H, BEMINA & SKIMS ,SOURA, SRINAGAR. Tel: 0194-2402617 Ext: 2159 email:[email protected]

Notice Inviting E-tenders e-NIT NO. 79 OF 2018-19 Dated.28.01.2019

For and on behalf of Governor of Jammu & Kashmir State, Executive Engineer, Mechanical, SKIMS, Soura, Srinagar, invites online e-bids in two (02) cover system from Registered/reputed and Experienced firms having expertise as detailed in the tender document for the following works:

Sr# Name of the Work Cost of Estimated Earnest Time of T/Doc Cost Money Completion (In Rs) (Rs. in Deposit (In days) lacs) (In Rs) 1. Design, Supply, installation, Testing & Commissioning of Fire Fighting System along with allied Works to State Cancer Institute, 15500/- 288.00 Rs 577000/- Four (04) SKIMS, Soura, Srinagar. months

1. The Tender document Consisting of qualifying information, eligibility criteria, specifications, Bill of quantities (B.O.Q), Set of terms and conditions of contract and other details can be seen/downloaded from the Govt. website www.jktenders.gov.in as per below; i) Date and time of downloading/Sale of tender documents(Starting Date) 30 -01-2019 (11:00 Hrs) ii) Date & Time of Bidding Queries/clarification/Pre-bid meet 06-02-2019 upto 14:00 Hours iii) Last date & Time of Bid Uploading 12-02-2019 up to 11:00 Hours iv) Date of submission of hard copies. (Original EMD/DD 15-02-2019 up to 14:00 Hours for Document Fee) v) Date & Time of Commercial/technical Bid (Cover-I) opening 16-02-2019 11:00 Hours ( or next convenient day) vi) Date & Time of Financial Bid(Cover-IInd) Opening of the Shall be intimated separately qualifying Bidders. vii) Cost of e-bid Document Rs.15500/- (Rupees fifteen thousand & five hundred only) viii) Amount of Earnest Money Deposit(CDR/FDR) Rs. 5.77 Lacs (Rupees five lac & seventy-seven thousand only) ix) Completion Period Four (04) months from the date of issue of LOI or Allotment Order. x) Budget Head Central Sponsored Scheme.

2. Hard copies of the Cover-I including original demand draft on account of cost of tender document & earnest money in the shape of CDR/FDR, catalogues/ Technical brochures of the quoted makes and models shall be submitted in the office of the Chief Engineer, SKIMS, Soura, Srinagar, on or before 16-06-2018 upto 14.00 hrs by hand, through registered post or through courier. 3. The bid uploaded on the Web Site up to due date and time will be opened in the Office of Chief Engineer, SKIMS, Soura, Srinagar. 4. Only tenders having the following pre-qualifications will be considered: Self attested copies of:- (i) GST Registration Certificate, GST Clearance Certificate as applicable under GST (ii) PAN/GST Registration Number. (iii)Valid Certificate of being Authorized Dealer of Manufacturer’s of Fire fighting system alongwith Technical Support Certificate from Competent authority authorized by the manufacturer or from Regional Head of Manufacturer. (iv) Registered/reputed/experienced firms shall submit experience Certificate of having successfully completed works of SIT&C of fire fighting system alongwith latest performance certificate, certified by the competent authority or not less than the divisional Officer/Ex.Engineer, during last Seven(07) years should be either of the following. Three completed works costing not less than the amount equal to 40% of the estimated cost. OR Two completed works costing not less than the amount equal to 50% of the estimated cost. OR One completed work costing not less than the amount equal to 80% of the estimated cost.

Latest Performance Certificate not older than two (02) months against the experience shown from the competent authority.

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 6

(v) Undertaking that the firm has not been debarred or blacklisted by any department or the organisation. The bidders are required to submit their offers as per below: A. Cover-I will contain: Scanned copies of following documents:  Copy of Demand draft towards cost of tender document in favor of Director Finance, SKIMS, Soura, Sgr.  Bank Document in respect of Earnest money deposit (CDR/FDR) pledged to Director Finance, SKIMS, Soura, Sgr.  Duly accepted scanned copies of Annexure of this NIT.  Detailed General arrangement Drawings  Pre-qualifications documents as listed above.  Detailed Brochures/ Manuals, Technical data sheet of equipments offered by the bidder.  Undertaking that all the terms and conditions/ specifications as per various Annexures are accepted & should be, duly confirmed by authorized signatory of the bidder.  Technical specifications. B. Cover-II shall contain following:  Price bid complete with Taxes, Duties, Levies, Freight, Insurance, Installation, Testing etc. The price quoted shall be inclusive of all as per BOQ. The price bid has to be submitted online only. 1. The bid for the work shall remain valid for a period of 240 days from the date of opening of bids. 2. The complete bidding process will be online. 3. The Financial bid shall be opened online in the Office of Chief Engineer, SKIMS, Soura, Srinagar only after evaluation of technical bid. 4. The earnest money shall be forfeited, If:- a) Any bidder withdraws his bid during the period of bid validity or make any modifications in the terms and conditions of the bid. b) Bidder who fails to execute the agreement within Ten (10) days after fixation of contract. 5. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no case they should attempt to create similar BOQ manually. The BOQ downloaded should be used for filling the item rate inclusive of all taxes and it should be saved with the same name as it contains. 6. Bidders are advised to use "My Documents" area in their user ID on JK e-Tendering portal to store such documents as are required. 7. The cost of tender documents is non-refundable and the tender shall in no case be accepted if submitted by any firm other than the purchaser. 8. Any tender found to have been submitted by the firm by furnishing false information to the department shall be cancelled and the firm shall be penalized as and when it comes to the notice of the Department even during the currency of the contract.

Executive Engineer(M) SKIMS, Soura.Sgr.

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 7

e-NIT NO. 79 OF 2018-19 Dated.28.01.2019 for DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF FIRE FIGHTING SYSTEM ALONG WITH ALLIED WORKS TO STATE CANCER INSTITUTE, SKIMS, SOURA, SRINAGAR ANNEXURE”A”

GENERAL TERMS AND CONDITIONS

01. EARNEST MONEY/SECURITY DEPOSIT:- Earnest money in the shape of CDR/FDR for an amount of Rs. 5.77 Lacs (Rupees five lac & seventy-seven thousand only) drawn from any nationalized/scheduled bank shall be pledged to Director Finance SKIMS, Soura, Sgr. The earnest money deposited (EMD) by the un-successful bidders shall be released within 30 days after award/finalization of contract and the EMD of the successful contractor shall be kept as security deposit till completion of defect liability period. No interest on EMD shall be allowed in any case. Tenders without EMD or part EMD shall not be entertained. The EMD shall be forfeited in favour of the SKIMS without any further notice to the bidder due to following reasons: i. The tenderer indulges in any undesirable practice. ii. The bidder during the tender validity period backs out from his offer or modifies the terms & conditions thereof in the manner not acceptable to the SKIMS authorities. iii. The bidder does not convey his written acceptance within the specified time period. iv. The progress/completion of work is un-satisfactory. v. The bidder has been blacklisted by any Government/Semi government organization.

02. VALIDITY OF TENDER/S:- The tenders should be valid for 240 days from the date of opening of price bid. Tenders not kept valid for 240 days as aforesaid shall be rejected.

03. The authorities of Sher-i-Kashmir Institute of Medical Sciences Soura, Srinagar, reserveS the right to reject or accept or cancel any or all tenders in part or in full, without assigning any reason thereof.

04. For any typographical error or omission in the various conditions and contents of this tender document, the interpretation as given by the Chief Engineer, SKIMS, Soura, or his authorized person will be final and binding upon the bidder.

05. PRICES:- Prices quoted shall be all inclusive of, testing charges, excise duty, carriage up to destination, Handling, Packing and forwarding, loading and unloading, transit, storage, erection, insurance, toll, GST, labour cess and other levies and taxes whatsoever chargeable. Whatever taxes as per GST rules shall be deducted at source as per laws if applicable. Any information and details of such laws/rules shall be the responsibility of the tenderer. The outside State contractors are requested to be well informed about the tax regime of the J&K State Government before quoting in the tenders.

06. TERMS OF PAYMENT:-

All payments to the contractor shall be made as per the unit rates of Price Schedule (BOQ). On completion of all the contractual obligations and subject to the availability of funds, the Contractor shall be paid as per details given hereunder: All payments will be made in Indian currency and will be subject to deduction of all taxes as applicable , at the time of release of payment. a. 70% of the contract value against delivery of Material/Equipment on pro-rata basis as per BOQ. b. 10% of the contract value after complete installation of the system. Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 8

c. 10% of the contract value after testing & successful commissioning of the system. d. Balance 10% shall be retained against performance of the system over a period of two years and shall be released as under: i. 05 % shall be released after satisfactory performance of the system for a period of 12 months after commissioning and handing over of the system to the concerned department. ii. 05 % shall be released after satisfactory performance of the system for a period of 24 months after commissioning and handing over of the system to the concerned department. However the 10% payment retained by the Department shall be released in lieu of two irrevocable Bank Guarantee from a Nationalized/Scheduled Bank for an equivalent amount of 05% valid for 12 months and 05% valid for 24 months respectively from the date of successful commissioning of the system

07. PERFORMANCE GUARANTEE:- a. The firm shall be responsible to replace the materials free of cost, including labour, insurance expenses & transportation upto destination of supplies as a whole or any part of supplies which under normal use may prove defective in material or workmanship and not conforming to relevant specifications, immediately not later than (10) Ten days from the date of receipt of such information from the SKIMS authorities. b. The above provision shall also apply to the material replaced or repaired by the firm under this clause in case the same is again found to be defective or malfunctioning. c. The performance guarantee for a period of (24) twenty-four calendar months shall commence from the date of satisfactory commissioning of the job. The firm’s liability shall be limited to the replacement of equipment/parts, which may develop defect in working on account of defective material quality or workmanship, free of charges.

08. INSURANCE: It is the responsibility of the firm to deliver and install the equipments in sound condition at the site destination. For this purpose the firm may insure the relevant men & material against all risks at its own cost. The claims if any and settlement thereof with transport or insurance company or compensation enforcement department shall be the responsibility of the firm only. The SKIMS shall make no extra payment on this account.

09. CIVIL, SUIT / LEGAL REMEDY: All legal proceedings in connection with the tender & contract will be subject to the jurisdiction of Courts of Srinagar only.

10. INSPECTION AND TESTING: a. Duplicate copies of the Manufacturer’s test certificates (if applicable) in case of various equipments shall be submitted to the Executive Engineer, Mechanical, SKIMS, Srinagar as soon as tests are completed. b. The SKIMS shall have free access for inspection to different stages of the manufacture of goods at the Manufacturer’s Works for quality assurance. c. The Department may ask for CEIL/RITES,etc. inspection at manufacturer’s works or at site.The successful tenderer shall deposit money with third party inspection agency in advance which shall be however reimbursed against valid documentary proof and after satisfactory inspection report of the equipment. d. The firm shall submit documentary proof of the material/equipment to have purchased from manufacturer or from authorized dealer of OEM to the concerned AEE.

11. TENDERER TO VISIT SITE:- Intending tenderers are advised to visit the site, study the tender documents in detail, and make themselves familiar with the job requirements, site conditions and their fitting conditions as well and contents of the tender documents as the same shall govern the Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 9

contract, and bind the tenderer to perform in accordance with the contract for achieving the results of the job to the satisfaction of the department. 12. EXPENSES FOR TENDERING:-The tenderer shall not be entitled to any claim towards expenses incurred incidental to the submission of the tender or subsequent evaluation/clarification or meetings with the SKIMS officials/authorities in respect of this tender thereof. 13. QUANTITIES OF WORK:- The quantities of items of equipment, material and work given in the BOQ are approximate and liable to be increased or decreased at any time as may be considered essential before or during execution of work for achieving the intended results of the job. The items essential to complete the work are deemed to be included in the job. However the areas of the hospital not included in the BOQ quantity can also be considered for the job under this contract subject to demand from the hospital administration as an additionally.

14. WRITTEN AGREEMENT COVERING CONTRACT:- The successful tenderer shall have to execute an agreement on non-judicial stamp paper within seven (07) days from the date of issue of allotment Order. The written instrument of agreement governing the contract to be entered into between the SKIMS and the successful tenderer shall in all respects be deemed, and shall be construed to operate as an Indian contract in conformity with laws applicable in Jammu and Kashmir state and shall be subjected to the jurisdiction of the courts in (Jammu and Kashmir) Srinagar only.

15. OPERATION AND MAINTENANCE MANUALS: The contractor shall supply, free of cost to the Department, three complete sets of operation and maintenance manuals for the entire equipment. The delivery of these manuals shall be made by the contractor along with the supply of equipment. The manuals shall be appropriately bound in book form and shall contain all necessary instructions regarding operation, preventive maintenance, repairs, troubleshooting, overhauling, etc. The manuals shall also include details about spare parts with part numbers clearly given, which must tally with index numbers in the drawings.

16. CONTRACT INCLUDES ALL NECESSARY OPERATIONS:- The contract includes the complete works either described or implied by the contract documents, or which may be found necessary for the efficiency, stability and completion of the works and satisfactory commissioning and performance of the equipment to achieve results and objectives of this contract. 17. WORK UNDER CONTRACTOR’S CHARGE:- From the commencement of the work up to the completion thereof the same shall be under the contractors charge. The contractor shall be held responsible for and make good all losses and injuries (by fire or) other causes and shall hold the SKIMS harmless for any claims for injuries to persons or damage to property happening from a neglect, default, want of proper care and misconduct on the part of the contractor or any of his employee(s), during the execution and completion of the work. The contractor shall be responsible for compensation, if any, to labour as per the existing labour or to any other person under the laws and rules in force in J&K State.

18. INTERDEPENDENT TENDER:- Tender which are dependent upon the quotations of other tenderers/firms shall not be entertained.

19. COMPLETION PERIOD: The successful bidder will have to execute the works within Four (04) months from the date of the placement of allotment order/letter of intent whichever is earlier. As soon as the acceptance of the tender is communicated to the successful tenderer, the contract shall be complete and binding upon him. A formal deed incorporating the terms of the contract will be executed by the successful tenderer within Seven(07) days from the date of issue of LOI/allotment order and execution of work shall have to commence simultaneously, failing which the SKIMS will be forced to proceed with the re-allotment of the work as it would do in the event of any contractor backing out.

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 10

On issuance of the written order/letter of intimation to commence the work from the SKIMS and on the basis of the stipulations in the tender document, subject to changes mutually agreed upon by the SKIMS and the successful tenderer, the contractor will be required to start the work even before award of formal contract. Time taken in signing the agreement will not affect the time of completion specified for the work. No payments shall, however, be made till the agreement is executed.

20. SUBLETTING OF WORKS:- The contractor shall not sublet the whole or part of the works, except where otherwise provided by the agreement. The contractor shall not assign the work or any part thereof or any benefit or any interest thereon or any claim arising out of the contract, without prior written consent of the SKIMS.

21. TOOLS AND TACKLES:- The successful tenderer has to arrange all tools and tackles, other arrangements required for completion of the job.

22. ACCOMMODATION AND OTHER FACILITIES: The contractor shall at his own expenses make arrangements for accommodation for housing his staff, technicians and engineers including water supply, electricity for installation, erection, etc. No responsibility will be taken by the SKIMS for power failure/interruption and the contractor shall have to keep standby arrangements for power at his own cost.

23. WATCH AND WARD OF WORKS:- The contractor shall in connection with the work provide and maintain at his own cost all lights, guards, fencing, watch and ward, when and where necessary or required by the SKIMS for the protection of the work or safety and convenience of the public, etc. 24. LABOUR:- The contractor shall make his own arrangements for the engagement of all type of skilled labourers, required for execution of the job. No workman below the age of 18 years shall be employed on the works. Also the contractor shall comply with the provisions of all labour laws and rules framed there under at his own cost.However it shall be binding on the contractor to have skilled staff dedicated for the work and must ensure they are not shifted to other works until allotted work is completed. The contractor must have one supervisor who shall remain in touch with the office and with our technical staff till the completion of allotted work in all respects. List of all skilled labourers and the supervisor alongwith their mobile nos. shall be submitted in the office of Ex. Engineer, Mech. SKIMS, before start of work.

25. STORAGE:-  The contractor shall at his own cost make arrangements for storage of tools tackles/Men/equipment/ materials, etc. at site. The watch and ward of the equipment/material at site shall be contractor’s responsibility.  The contractor shall at his own cost make arrangements for proper and safe storage especially during rain ,snow etc. The damages of any kind to the men and materials at site, shall be responsibility of the contractor  The contractor shall be responsible to insure the equipment/materials/persons at site, the charges for which shall be deemed to be included in the rates quoted.

26. ACCIDENT PROVISIONS:- The contractor shall be responsible for any accident which may occur during the period of work, to the human or animal life. Compensation as shall be provided under labour law or any other law, will be payable by the contractor.

27. SETTING OUT OF WORKS:- The contractor shall be responsible for the true and proper setting out of all the works and for the correctness of the positions, levels, dimensions and alignment of all parts of the works and for the provisions of all necessary instruments, appliances and labour in connection therewith. Any deviation in standard procedures shall be sole risk and responsibility of the contractor.

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 11

28. PREMISES INSPECTION OF CONTRACTOR’S:- The SKIMS, at all reasonable times, shall have access to the works and to the site and all workshops and places where work is being executed and where materials/manufactured articles and machinery are being obtained and to inspect and examine materials and workmanship and to make tests of the plant during its manufacture as and when found desirable by SKIMS in respect of this contract.

29. QUALITY OF EQUIPMENT/MATERIAL:- All materials and workmanship shall be of the best quality and specifications. All materials supplied shall be brand new. Any material found defective or any defects observed in the work during the period of installation, etc. shall be replaced/repaired free of cost by the contractor promptly within one week time. Technical literature from the manufacturer along with quality test certificate should be submitted to the department.

30. CONTRACTOR TO MAINTAIN SITE OFFICE:- The contractor shall provide and maintain, at his own cost, a suitable office at site of work to which the SKIMS may send communication/instructions.

31. FINAL ACCEPTANCE:- The material/work shall be accepted by the SKIMS only after the system has been tested, commissioned and has performed satisfactorily in all respects at site.

32. WARRANTY: For a period of 24 ( twenty four) calendar months commencing from the date on which the equipments/plant are duly tested/commissioned on full load, is taken over (called the “WARRANTY PERIOD”) the contractor shall remain liable to replace/rectify any defect that may develop in plant of his own manufacture or those of his Sub-Contractors and/or any as may be covered under the Contractor’s scope of supply and erection in terms of the contract, under the conditions provided for by the contract, and arising from faulty design, materials or workmanship, unsound or imperfect work by the contractor, forthwith without any notice, free of cost. However, such defective parts as are not repairable at site and are not essential in the meantime to the operation of the plant, shall be promptly returned to the contractor’s works who shall replace the same within reasonable period as decided by the Department or, otherwise, the Department may arrange the same at the expense of the contractor. If it becomes necessary for the contractor to replace or renew any defective part of the plant/works, as aforesaid, under that clause, the provisions of the first paragraph of this clause shall apply to the parts of the plant/work so replaced or renewed or rectified. The repair to the damaged equipment and/or the defective works shall be done by the contractor within a reasonable time, to be decided mutually. If any defects be not remedied within a reasonable time, the Department may proceed to do the work at the contractor’s risk and expense, but without prejudice to other rights which the Department may have against the contractor in respect of such defects. At the end of warranty period, the contractor’s liability shall cease. However, Department shall be entitled to the benefit of any guarantee given to the contractor by the original supplier or manufacturer beyond warranty period. 33. DEFAULT:- During the currency of contract in case of default, delay on the part of contractor, the work shall be got done by SKIMS through some other agency at the risk and cost of the successful contractor/ tenderer. The time over run shall invoke penalty against the contractor.

34. PENALTY;- In case, the successful bidder fails, declines, neglects or delays the contract or in the event of any damage occurring or being caused by the firm or in the event of any default or failure by the bidder in complying with any of the terms and conditions of the contract, the Government shall without prejudice to any other remedy available to it under law in force in the state shall besides forfeiture of Security Deposit: a. Terminate the contract after fifteen (15) days of notice (and/or) b. Recover the amount of losses caused by damages, failure or default, as may be determined by the Government (and/or)

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 12

c. Impose a penalty up to a maximum limit of 10% (ten percent) of the value of contract for more than ten (10) days of delay in supplies. or also the work shall be got done through some other agency at the risk and cost of the contractor(and) d. The firm shall be blacklisted for future business with the department e. SKIMS shall take recourse to get its losses compensated by the contractor through the option of consumer courts.

35. CONDITIONAL TENDERS:- Conditional tenders shall be rejected.

36. RESPONSIBILITY OF THE FIRMS:- a. All the miscellaneous items like gaskets, insulation tapes, Teflon tapes, glands packing, washers, nuts, bolts, screws, etc. shall be kept available by the firm in its custody as these may be required at any time during completion of job and warranty period. b. The firm shall make its own arrangements for boarding and lodging of the staff, storage & transportation of the equipment and spares etc. c. The firm shall be responsible for injury caused to the workers or to general public nearby the site. The firm shall discharge all obligations under workman’s compensation act and labour laws so far, as it will affect the workers under their control or on the site of work in general. d. The firm shall be responsible for Medical facilities and insurance cover to the staff engaged by them for the job at their own cost. e. The firm shall take utmost care to avoid damage to any departmental equipment/structures. Any such damages shall be made good by the firm at its own cost. f. The authorized representative and other technical staff of the firm shall report to concerned Assistant Executive Engineer, Mechanical during execution of work. The firm shall furnish antecedents of its crew dedicated to work before hand to the AEE concerned. g. The contractor shall restore, building structure, the excavated turf/earth and road cuts or foot paths involved in the contract. h. The successful contractor shall furnish list of qualified Supervisors/Foreman/ workforce along with their names and mobile numbers to the department soon after issuance of LOI/Allotment Orders.

37. STANDARD: All material shall comply in all respects with the requirements of Indian Standards. However in the absence of IS codes British standard or ASHREA shall be taken as equivalent to IS codes.

38. CLEANING UP:- The contractor shall clean up the site and remove all dirt, dust, surplus materials as per instruction of the departmental supervisors/workers. The equipment and site should be kept neat and tidy for the whole period of contract. No extra payment on this account shall be made by the department.

40. FORCE MAJEUR:- Any failure or omission to carry out the provisions of this contract shall not give rise to any claim by the Institute and the supplier/contractor, one against other, if such failure or omission arises from any act of God such as fires, floods, earthquakes, hurricane or from civil strikes, compliance with any statue regulations or riots, lockouts, strikes, and embargoes from any political party or a state of insurrection or any other reason beyond the control of the parties.

41. The interse merit of the tenderer in case of tie in rates/quotations shall be determined and decided by SKIMS and shall be final.

42. TRAINING OF DEPARTMENTAL STAFF: The successful Tenderer shall provide the necessary facilities for training of Department Engineers not exceeding two in number, to be deputed by the department during manufacture, assembly and testing of the equipment included in these specifications. The cost of boarding/lodging of these Engineers will be borne by the Department but the contractor shall provide all reasonable facilities for their stay and for their training at their works. The training may continue till all the plants and equipments ordered, are tested at works and dispatched. These trainees will be deputed or associated with the contractor to erect the machinery at site. The tenderers shall note the specific provisions for providing training facilities under the respective sections. The successful Tenderer shall also provide free of cost operational and maintenance training to atleast six officials nominated by the department.

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 13

43. GAD & QAP: i) The contractor shall furnish three sets of ‘General Arrangement Drawings’ to the Department for approval of the same within shortest possible time. In the event of his disapproving the drawings, the contractor shall re-submit the drawings with necessary amendments, for approval. However, no extension shall be granted in the ‘Period of Completion on account of the time consumed in examination of the defective drawings and re-submission of the corrected drawings. The drawings shall be duly authenticated by authorized signatory of the contractor. Two sets of the drawings, duly approved by the Department, shall be returned to the contractor, one set for their own record and one set for the Third Party Inspection Agency. ii) The contractor shall furnish ‘Quality Assurance Plan’ to the Department, as well as to the Third Party Inspection Agency. The ‘QAP’ shall have to be got approved by the contractor from the Department or may be asked to get it inspected by the Third Party Inspection Agency.

44. ARBITRATION:- If at any time, any question, difference or dispute whatsoever shall arise between the parties hereto or in relation to a part thereof, either of the parties may give to each other, notice in writing of the existence of such a question or dispute or difference and the same shall be referred for award to two arbitrators, one to be nominated by Institute and the other by the supplier/contractor, or in case of such arbitration, not agreeing then the award of an “Umpire” appointed by the arbitrators in writing before proceeding with the ca se. The decision of the Arbitrators/Umpire, shall be final and binding upon the parties. The provisions of the J&K Arbitration Act 2002, and of the rules there under and any statutory modifications thereof shall be deemed to apply to arbitration. Such notice of existence of any question dispute or difference in connection with this contract shall be served by either party within ninety days of the beginning of such disputes, failing which all rights and claims under the contract shall be deemed to have been forfeited and absolutely barred. Upon every or any such reference the cost and incidentals to the reference and award respectively shall be at discretion of the Arbitrators/Umpire appointed by them who may determine the amount thereof or direct the same to be fixed as between solicitor and client or as between party and party and shall direct by whom to whom and in what manner the same shall be borne and paid. The supply/work to be made/executed under the contract shall if reasonably possible, continue during arbitration proceedings and no payment due from or payable by the government shall be with held on account of such proceedings except to the extent which may be in dispute, jurisdiction for all arbitration cases or legal cases shall be of Srinagar (J&K) Courts only.

Assistant Ex. Engineer, Executive Engineer, Mechanical subdivision-II Mechanical, SKIMS.

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 14

e-NIT NO. 79 OF 2018-19 Dated.28.01.2019 for Design, Supply, installation, Testing & Commissioning of Fire Fighting System along with allied Works to State Cancer Institute, SKIMS, Soura, Srinagar

Annexure “B” TECHNICAL SPECIFICATIONS PART 1 – GENERAL

1.1 WORK INCLUDED

1. This section includes provision, delivery, installation and startup of one (1) mounted diesel engine-driven fire pump system including but not limited to one electric driven fire pump and with motor and associated controller, diesel driven fire pump with engine and associated controller, two (02) electric driven jockey pump each with drive and associated controller with interconnecting piping and wiring for installation at [[STATE CANCER INSTITUTE ]] [[SKIMS, SOURA, SRINAGAR]]..

2. Related Sections: Section ***** Pipe & Fittings Section ***** Electric Motors

1.2 QUALITY ASSURANCE

1. Comply with NFPA 20 requirements UL,FM

2. Test fire pumps at the factory to ensure the performance as specified and as required by NFPA 20. Copies of certified factory test data shall be available for comparison during field acceptance tests. System shall be hydrostatically tested as a complete unit at the factory after fabrication and before shipping. All test results shall be recorded and sent to the buyer for their records.

3. Test all electrical components for proper installation, connection and operability.

4. Furnish all material that is new and unused and free from defects in workmanship and material.

5. Manufactures Qualifications: Pump manufacturer and system assembler shall be the same Minimum of 25 years’ experience in production and assembly of fire pumps and fire pump systems . Minimum 15 no of installations of UL,FM approved in

6. Provide services of qualified manufactures representative to assist in the installation and complete checkout and startup of equipment.

7. Manufacturer or supplier shall have the capability to provide repair, maintenance and parts supply service for all furnished components.

1.3 SUBMITTALS

2. Submit each item in this article according to the conditions of the contract and specifications sections.

3. Submit manufacturer’s installation instructions under provisions of General Conditions.

4. Product data including certified performance curves and related capacities of selected models, weights, furnished specialties and accessories. Indicate pumps operating point on curves.

5. Submittal package shall include at a minimum Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 15

Mechanical general arrangement drawing of complete fire pump package Project specific electrical schematics for all system wiring including controllers Manufacturers’ equipment submittal datasheets for all controllers, fuel tank, valves, and specialties.

1.4 WARRANTY Warrant that all supplied components will function as specified and as a complete functional system in accordance with all applicable codes and free from defects in design, assembly, manufacture and workmanship for a minimum of twelve (12) months after startup or eighteen (18) months after shipment whichever occurs first.

PART 2- PRODUCTS

2.1 SYSTEM COMPONENTS

C. Fire Pump:(UL FM LISTED) 1. Quantity: 2 2. Design: Pumps shall furnish not less than 150 percent of rated capacity at not less than 65 percent of total rated head 3. Maximum shutoff head: The shutoff head shall not exceed 140 percent of rated head. 4. Operating Conditions: a. Capacity ( 500) GPM b. Rated Pressure: (107 )PSI 5. Pump Type: a. Centrifugal, Horizontally split case, Flex coupled, Base Mounted, CIBF Pump Materials: Casing: (Cast iron)(Ductile iron) Impeller: Bronze Shaft: Steel Stuffing Box Packing: Teflon Impregnated Yarn Shaft Sleeve: Bronze Seal Tubing: Brass Connections: (Flanged class 125, ) (Flanged class 250, ) Bearings: Steel Provide fire pump accessories in accordance with NFPA 20 including but not limited to: One automatic air release valve One compound pump suction gauge, range -30-0-200 with shutoff cock Common rigid structural steel baseplate (elevated as required) for each pump and its associated drive Flexible drive coupling, with OSHA approved guard One manufactures nameplate for pump, stating: Pump capacity Total head Pump RPM Manufacturer’s model and serial number Casing working pressure Pump Design and Construction: Pump shall be UL Listed and FM Approved D.

Electric Motor Drive:

Quantity: 2 All motors shall comply with NEMA MG-1, shall be marked as complying with NEMA design B standards and shall be specifically listed for fire pump service Motor shall have a 1.15 service factor Fire pump motor shall have the horse power, voltage, phase, frequency rating shown on the plans and drawings.

1. Diesel Engine Drive(UL FM LISTED) Quantity: 1 Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 16

Type: direct drive, designed for operation on diesel fuel for fire pump service, in accordance with NFPA 20. UL listed and FM approved as an assembly for fire pump use. Horse Power Rating: Not less than 100 percent of maximum brake horsepower after derating for temperature and elevation in accordance with NFPA 20, required to drive the pump at rated speed. Engine shall have a 4-hour minimum horsepower rating not less than 10 percent greater than the listed horsepower on the engine nameplate 2. Provide accessories for each drive including but not limited to the following: Adjustable governor capable of regulating speed within range of 10 percent between shutoff and maximum load conditions of pumps. Over-speed shutdown device Designed to stop engine at 20 percent above rated speed Position: Supervised so automatic controller will show overspeed trouble signal until shutdown device is manually reset Manual reset Speed Switch: Function: Signal engine running and crank termination. Source of Power: Source other than engine generator or alternator. Instrument Panel including but not limited to Tachometer Oil pressure gauge Water temperature gauge Hour meter Ammeter Cooling System: Type: closed circuit. Water source: Discharge side of pump. Components: Engine drive circulating pump. Heat exchanger. Engine jacket temperature regulator or thermostat. Two manual shut off valves for cooling water supply. Strainer for cooling water supply. Pressure regulating valve for cooling water supply. Automatic valve to permit flow of cooling water to the engine when it is running Pressure gauge for engine side of cooling water supply before last manual valve. Valved bypass around circuit from inlet side of first valve to outlet side of second manual valve. Visible open waste cone or flow indicator. Water cooled jacketed exhaust manifold. Jacket water heater, 120 VAC, single phase, 60 hertz. Flexible rubber or metallic fuel lines, with necessary protection. In line fuel filter. Oil pressure safety switch. Air cleaner. Engine driven oil pump. Enclosed control wiring. Electric starter with voltage regulator. Two heavy duty (24 volt) (12 volt) (lead acid) (nickel-cadmium) batteries, with corrosion resistant battery rack and cables as required; charged from engine generator or alternator and automatic trickle charger (Residential) (Industrial) grade engine exhaust silencer with spark arrestor, flexible exhaust connection, ventilated thimble (as required) and suitable factory painted or galvanized supports for supporting silencer. A flexible connector with flange connections shall be provided at the engine. Flexible sections shall be stainless steel suitable for diesel-engines exhaust gas at 1000 degree F minimum Horizontal factory painted double wall carbon steel UL labeled fuel storage tank, with legs, sight level gauge, low level fuel switch, normal vent with flame

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 17

arrestor, emergency vents for normal and interstitial space and necessary connections for fill, outlet and fuel return. The fuel tank shall have a capacity at least equal to 1 gal per engine horsepower (5.07 L per KW), plus 5 percent volume for expansion and 5 percent volume for sump per NFPA 20. Fuel tank piping shall include lockable valve at tank outlet port in supply line, there shall be no shutoff valve in the return fuel piping 5. Electric Fire Pump Controller: Controller shall be UL Listed in accordance with UL218 (Standard for Fire Pump Controllers) and FM Approved as well as NEMA and NFPA 20 The controller shall be of the combined manual and automatic type and designed for Full Voltage Starting Part Winding Starting Primary Resistor Starting Autotransformer Starting Wye-Delta (Star-Delta) Open Transition Starting Wye-Delta (Star-Delta) Closed Transition Starting Solid State Soft Start The controller shall have a withstand rating of 100,000 RMS symmetrical amperes. Enclosure shall be NEMA 2, drip proof. The controller shall have three (3) languages as a standard English, and the ability to add MORE. A solid state pressure transducer shall be rated for 600 PSI with +/- 1.5% accuracy. Start and stop points shall be adjustable in increments of (1) PSI. Two (2) Sets of form-C contacts shall be provided for each of the following: Phase Reversal Phase Failure Controller connected to alternate source(automatic transfer switch) Future #1 Pump Run The common alarm and phase failure shall be energized under normal conditions 6. Diesel Fire Pump Controller: The Fire Pump Controller shall meet the requirements of NFPA 20. The controller shall be rated NEMA 1 The controller shall have twin battery chargers meeting NFPA 20 requirements. The battery chargers shall have reverse polarity protection/indication and be capable of recharging a completely discharged battery within 24 hours. The chargers shall auto detect the input voltage of either 120 VAC or 220 VAC and shall be able to be programmed for either 120 VDC or 24 VDC output The controller shall have as a minimum but not limited to the following alarms: Low oil pressure High engine temperature Fail to start Overspeed shutdown High cooling water temperature Battery failure Battery charger failure System overpressure(for PLD engines) ECM switch mis-set (ECM engines) Fuel injection malfunction (ECM engines) Low fuel level Low engine temperature Fuel tank interstitial space leak High cooling water temperature Fuel maintenance required Engine running Main switch in off or manual Common trouble

7. Piping All piping shall be standard weight pipe. The package piping shall consist of fabricated welded steel and / or cast iron fittings in and out of pumps. All piping shall be sized per Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 18

NFPA 20. All welded pressure bearing piping must be fabricated with full penetration welds. Use of backing rings will not be permitted.. All piping valves and fittings shall be in accordance with NFPA 20. Supports shall be provided for all suction and discharge piping. All pipe supports shall be designed to allow for the removal of any individual sections without adding additional stress to adjoining sections.\ JOCKEY PUMP Provide and fix 02 nos of jockey pumps with the following specs: Discharge: 180 lpm Head : 107 psi Rpm:2910 Frequency: 50hz Rated power : 4 kw Insulation F class Degree of protection: IP 55 HYDROVAR Smart-5th generation MOC PUMP BODY-SS/AISI 304 IMPELLER - SS /AISI 304 DIFFUSER - SS/AISI 304 SHAFT - SS/AISI 304 ELASTOMERS-EPDM COUPLING - ALUMINIUM OTHER COPONENTS-SS304/SS316 Exhaust:- Diesel Engine Exhaust:- The Diesel Engine pump Exhaust shall be of MS A Class of 150mm dia including fitting like flanges, bends, reducers etc and 50mm thick glass wool insulation with aluminum cladding of 21 gauge thicknesses. The job shall include necessary excavation fixing of silencer connections at engine exhaust with necessary supports, backfilling, cutting and making good bird proof and weather proof flap complete in all respects as directed.

Vessel: Air Vessel:-  Air Vessel shall be provided with a 100 mm dia flanged connections from

The level switch set shall be operated with a stepped down voltage at 24V maximum. Stepped down transformer shall be provided for each set of control probes and shall be installed inside centralized control cubicles inside pump room.

pumps, one number 25mm dia drain valve, one gunmetal water gauge level indicator and 15mm sockets for pressure switches. The fire pumps shall operate on drop of pressure in the mains as given Provide interface unit at the pump control panel for the levels. The pump operating sequence shall be be stopped manually by starter push buttons below. Operating conditions for fire Pumps. Operating pressure 7.0 kgf/cm2 cut in cut out. Fire electric pump hydrant 6.0 kgf/cm2 manual. Diesel Engine driven pump 5.0 kgf/cm2 manual. The main pump shall start automatically on fall of pressure but stopping shall be manual.

Level Controllers

All level controllers, level sensors, level switches and alarms shall be provided by the contractor. advanced microprocessor based ultrasonic level meter with an intelligent, precise measuring system utilizing the latest hardware and software technology

TDV Provide and fix TDV(triple duty valve as per the following specs: Asp per ASHRAE 90.1 energy efficient design, Brass seat,ss stem,and bronze disc. EPDM disc soft seat design Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 19

Flow meters Provide and fix DN 200 micro controller based full bore electromagnetic flow transmitter with reverse and forward flow direction. The control panel will monitor the following outputs from the Tank. Tank High Level (O/P) Whenever the liquid level in the tank reaches a high level, a high level dry contact will be provided at the level controller .

Valves Ball valves 10. Valves 40 mm dia and below shall be heavy type nickel plated Brass Body Screw type with chromium plated brass valves , PTFE Teflon seating and gland packing tested to a hydraulic pressure of 20 kg/sqcm including coupling and gun metal handle conforming to B.S 5351 with female screwed ends. 11. All valves shall be approved by the department before they are allowed to be used on work. Butter fly valves ( Slim seal type) Butterfly valves shall be cast iron body and shall be of class P.N 1.6 confirming to IS 13095 with lever OR gear operated and tested upto 20 kg/cm2 with following details 12. Disc shall be CI heavy duty. 13. The shaft be EN-8 carbon steel with low friction nylon bearings 14. The seat shall be drop tight constructed by Bonding resilient elastomer inside rigid backing. 15. Built in flanged rubber seals. 16. Lever operated valves for above ground and T key operated valves for below ground. 17. Built in flanges for screwed on flanged connections.

Non Return Valves ( NRV) 13. Non return valves will be used at location to allow flow only in one direction and prevent flow in opposite direction. 14. Non return valve of class PN 1.6 shall be wafer type check in valve with cast iron body and disk S. Steel pin and hinges ,nitrite/neoprene seal, suitable for Horizontal /vertical line installation conforming to IS:5312. 8. Vibration elimination system Resilient rubber neoprene lined single vibration elimination connection with unit control suitable for raw water upto 45°C Temperature working pressure 20 kg/sqcm. Air Cushion tank: Air cushion tank shall bee of size and capacity indicated in schedule of quantities. It shall be provided at the top most point/points and/or in pump house (as specified). The tank shall be complete with 20mm dia. Brass Air valve (Ball valve), stop valve (20mm dia), drain valve (20mm dia) and pressure gauge including 20mm dia Mild steel Galvanised pipes and fittings, unions etc. as required to complete the work as per site conditions. Air cushion tank shall be measured by numbers and shall include Air valve, pressure gauge, Globe valves for testing and draining, M.S. Clamps, pipes fittings tees elbows unions and all other items required to complete the work.

M.S C class Pipes All pipes within and outside the Building in exposed locations and shafts including connections buried under floor shall be M.S pipes as follows:- Pipes 150 mm dia and below IS : 1239 Heavy Class --- MS “C” class. Pipe 200 mm dia and above IS : 3589 of thickness – min. 7 mm. Pressure Gauge: Pressure gauge shall be provided near all connections to hydrant system and where required. Pressure gauge shall be 100mm dia gunmetal Bourden type gunmetal isolation cock, tapping and connecting pipe and nipple. The gauge shall be installed at appropriate level and height for easy readability.

Tank Low Level (O/P)

Whenever the liquid level in the tank reaches a low level, a low level dry contact will be provided by the contractor at the level controller .

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 20

PIPE FITTINGS. Pipes and fittings means tees, elbows, couplings, flanges, reducers etc. and all such connecting devices that are needed to complete the piping work in its totality. Fabricated fittings shall not be permitted for pipe diameters 50 mm and below. When used, they shall be fabricated, welded and inspected in workshops under supervision of Site In charge whose welding procedures have been approved by the TAC as per TAC rule 4102 applicable to hydrant system. For "T" connections, pipes shall be drilled and reamed. Cutting by gas or electrical welding will not be accepted. All the fitting vide tees, elbows, couplings, flanges, reducers etc. shall be of heavy class.

JOINTING Screwed ( 50 mm dia pipes and below) joint for black steel pipes and fitting shall be metal to metal thread joints. A small amount of red lead may be used for lubrication and rust prevention . Joints shall not be welded or caulked ( With screwed M.S forged fittings) Welded (65 mm and above) Joints between M.S. pipes and fittings shall be made with the pipes and fittings having "V" groove and welded with SMAW welding as per IS :823 .(With welded M.S. fittings heavy class with V-Groove). The welding machine shall be 3 Phase of required current and capacity. Flanges. Flanged joints shall be provided on: a)Straight runs not exceeding 30 m on pipelines. b)Both ends of any fabricated fittings e.g. bends, tees etc. c)For jointing all types of valves, appurtenances, pumps, connections with other type of pipes, to water tanks and other places necessary and required as good for engineering practice. d)Flanges shall be as per I.S.6392-1971, Table 17/18 with appropriate number of G.I. nuts and bolts, half threaded with 3 mm insertion neoprene gasket Complete

Unions Provide approved type of dismountable unions on pipelines 65 mm and below in similar places as specified for flanges. Pipe Protection All pipes above ground and In exposed locations shall be painted with one coat of red oxide primer and two coats of synthetic enamel paint of approved shade. All black steel pipes under or below ground shall be provided with protection against corrosion by application of 100 mm wide and 4 mm thick layer of PYPKOTE/MAKPOLYKOTE over the pipe PIPE SUPPORTS All pipes shall be adequately supported from ceiling or walls from existing /new inserts by structural clamps fabricated from M.S structures e.g Rods, channels, Angles and Flats as per details given in drawing and specifications. All clamps shall be painted with one coat of red lead and two coats of black enamel paint. When inserts are not provided, the contractor shall provide anchor fasteners. Anchor fasteners shall be fixed to walls and ceilings by drilling holes with Electrical drill in an approved manner as recommended by the manufacturer of fasteners.

TESTING All pipes in the system shall be tested to a hydraulic pressure of 1.5 times of the working pressure or minimum of 15 Kg/Cm2 without drop in the pressure for at least 2 hours. Rectify all leakages, make adjustment and retest as required.

Excavation Excavation for pipe lines shall be in open trenches to levels and grades shown on the drawings or as required at site. Pipe lines shall be buried to a minimum depth of 1.2 meter. Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 21

Wherever required contractor shall support all trenches or adjoining structures with adequate timber supports. On completion of testing and pipe protection, trenches shall be initially be filled with sand to cover the pipe and then the trench shall be filled with excavated earth which shall have to be consolidated up to 20 cm in depth consolidating each depolited layer by ramming ,watering, complete as required. Contractor shall dispose of all surplus earth with in a lead of 200 m or as directed by Site In charge. Contractor shall provide suitably designed anchor blocks in cement concrete to Encounter excess thrust due to water hammer & high pressure. Thrust blocks shall be provided at all bends & tees & such other location as determined by the Site Incharge. Exact location, design, size and mix of the concrete block shall be approved by the Site Incharge prior to execution of work. Electrical Panel: Fitting, Installation, testing and commissioning of PLC based fire fighting control system integrated with Motor Control Centre. PLC Based Fire Fighting System with remote surveillance 1.01 Design

Design of PLC with digital and analog inputs from pressure transducers installed in manifold, load managers of pump starters and DG controller of DG pump with output to  the starters and DG controller with logic to maintain the constant pressure in the Hydrant  line. Customer selection for pump operational sequencing through HMI. All electrical parameters and pressure parameters to be displayed on HMI.   Individual pump pressure along with cumulative system pressures to be displayed. All parameters to remotely displayed wireless/wired to surveillance screen in the main control room.

1.02 Minimum system requirement (Can be enhanced as per PLC Designed)

o PLC : Micro Logic PLC 30DI/DO (Siemens) o AI Modules : Compatible with PLC o HMI 7” : (Siemens) o Relay Card : As per system requirement (GIC/Omron) o Power Supply : Power supply with Hi- Voltage Protection (GIC) o Remote Location Screen: Compatible to the system  o UPS : 1 KVA o Pressure transducer upto 16 Bar 6 Nos to be included in the offer (Danfoss or Equvilent)

Testing and installation of the system to be carried out at site by engineers by the firm.

II. Motor Control Centre

The motor control centre fabricated out of 2.00 mm (Load Bearing Structure) and 1.67mm (Non Load Bearing structure) CRCA Sheets Modular, Free Standing, Floor Mounting, Front hinged doors for indoor use, removable bottom gland plates for incoming cables, dust and vermin proof (IP: 42 protection) with TP Aluminum Buses, complete with connection, internal wiring, name plates, painting etc. generally as per details furnished below: Rated Voltage of the Panel ----- 440 Volts Frequency ----- 50 HZ No of Phases ----- Three Enclosure Details ----- Free Standing, Floor mounted, Compartmentalized Design. Material ----- CRS Thickness of sheet steel used ----- 2.00/1.67 mm Application ----- Indoor Cable Entry ----- Bottom Painting ----- Shade Siemens grey.

2.0 INCOMER

2.01 Distribution bus bar

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 22

 Type ----- Electric grade AL with R/Y/B tapings  Busbar Density ---- 0.8 Amps/MM²  Rating ----- 800 Amp

2.02 Circuit Breaker Incomer  Type ----- ACB (MP Release, Electrical Draw-out,LSIG)  Qty ----- 1 Nos  Make ----- L & T /Schneider/Legrand/Siemens/C&S  No. of poles ----- 34  Rated current----- 800 Amp  Rated operational voltage----- 415 V ± 15%  Rated frequency ----- 50 ± 3% Hz  Ultimate S.C Breaking cap at (415 volt A C , 50 Hz ) ----- 50 KA

2.03 Metering Details:  Digital Load Manager with Communication Ports -- (3 No)  Make – Rishabh/Schneider  Current Transformer – 200/5A, 10VA Class 1.0 Encapsulated  Make : AE/Rishab/Elmax

3.0 OUTGOUNG

3.10 Soft-Starter 75HP Pump (2 Nos + 1 SB)

3.11 MCCB  Type ----- MCCB (Motor Protection Release)

 Make ----- L & T /Schneider/Legrand/Siemens/C&S  No. of poles ----- 3  Rated current----- 200 Amp  Operation ----- Extended Rotary Handle  Rated operational voltage----- 415 V ± 15%  Rated frequency ----- 50 ± 3% Hz  Ultimate S.C Breaking cap at (415 volt A C , 50 Hz ) -----50 KA  Type of release ----- Motor Protection Release

3.12 Semi Conductor Fuses (Hi Speed)  Qty ----- 9 Nos  Make ----- Bussman  Rated current-----200 Amp

3.13 Line Contactor  Qty ----- 3 Nos  Make ----- L & T / C & S /Schneider/ABB/Siemens  No. of poles ----- 3  Rated current-----200 Amp AC3  Rated operational voltage----- 415 V ± 15%  Rated frequency ----- 50 ± 3% Hz

3.14 Soft Starter (2W + 1 SB)  Qty : 3 Nos  Connection : 3 Wire  Power Specification -----3 phase, 415 ± 15% v & 50 Hz  Programmable Inputs & Outputs.  Acceptable Makes : L&T (EMX3), ABB (PSTX), Siemens (Sirus)  Application: Pump – Centrifugal  Motor full load current: 200 amperes  Connection Method: Bypassed, Inside delta connection  Start Frequency: 6 Starts per hour  Start current: 350 Percent Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 23

 Start time: 15 seconds  Stop time: 15 seconds  Ambient temperature: 50 °C  Control Voltage from 94VAC to 484VAC  Constant current  XLR-8 Adaptive acceleration control for pumps  Kickstart  Forward / Reverse Jog  Comprehensive motor protection  Large LCD Keypad  Auto Start / stop  Fully programmable overload trip  5 digital inputs, 4 digital outputs, 1 analog output  Built-in RTD & Thermistor inputs  99 event logs with time stamping  Starter communication timeout  Network communication trip  Auto detection of inline or inside  delta power connection  Programmable auto start/stop  24 VDC auxiliary power supply  Power through operation allows to run soft  starter even with one SCR shorted  Emergency run operation

ON/OFF push buttons to be provided on the front door Emergency stop push button to be provided.

3.15 Instrument Transformers :   Auxiliary wiring of the Soft starters to be done through 415/220V PT 500VA Burden  PT 415V/220V 500 VA Burden  Qty : 03

3.16 Metering Details:  Digital Load Manager with Communication Ports -- (3 No)  Make – Rishabh/Schneider  Current Transformer – 200/5A, 10VA Class 1.0 Encapsulated  Make : AE/Rishab/Elmax

3.20 Soft-Starter 5.0 HP Pump (2 Nos + 1 SB)

3.21 Circuit Breaker Outgoing  Type ----- MPCB (Motor Protection Release)

 Make ----- L & T /Schneider/Legrand/Siemens/C&S  No. of poles ----- 3  Rated current----- 9-13 Amp  Operation ----- Extended Rotary Handle   Rated operational voltage----- 415 V ± 15%  Rated frequency ----- 50 ± 3% Hz

 Ultimate S.C Breaking cap at (415 volt A C , 50 Hz ) -----50 KA

3.22 Semi Conductor Fuses (Hi Speed)  Qty ----- 9 Nos Make ----- Bussman Rated current-----20 Amp

3.23 Line Contactor  Qty ----- 1 Nos Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 24

 Make ----- L & T / C & S /Schneider/ABB/Siemens  No. of poles ----- 3  Rated current-----25 Amp AC3  Rated operational voltage----- 415 V ± 15%  Rated frequency ----- 50 ± 3% Hz

3.24 Soft Starter  Qty : 1 Nos  Connection : 3 Wire  Power Specification -----3 phase, 415 ± 15% v & 50 Hz  Programmable Inputs & Outputs.  Acceptable Makes : L&T, ABB, Siemens  Application: Pump – Centrifugal  Rating : 7.5 KW  Starting : Timed voltage ramp (TVR)  Stop: Soft stop  Protection: Supply fault, Shorted SCR  Indications : Ready/Tripped  Relay Output : Main contactor

ON/OFF push buttons to be provided on the front door Emergency stop push button to be provided.

3.25 Metering Details:  Digital Load Manager with Communication Ports -- (3 No)  Make – Rishabh/Schneider  Current Transformer – 50/5A, 10VA Class 1.0 Encapsulated  Make : AE/Rishab/Elmax

3.26 Auxiliary Wiring & Protection: o Auxiliary Wiring to be done with 1.0 MM FRLS wire (Polycab/KEI/Havells Make)  o CT Wiring to be done with 2.5 MM FRLS wire (Polycab/KEI/Havells Make) o Aux MCB 2A SP to be provided at every input and output connection of instrumentation.

Test Certificates:  Company Test Certificates of Soft Starters/MCCB/Contactors.   ISO Certification of Panel Builder. HV test 2.0 KV for 1 Minute of panel at manufacturers place by departmental  representative or video evidence of the same to be produces along with certificate. Megger Test of panel at manufacturers place by departmental representative or video evidence of the same to be produces along with certificate. Construction Features The control panel shall be metal enclosed sheet steel cubicle, indoor type, dead front floor mounting/wall mounting type .The control panel shall be totally enclosed and vermin proof. Gaskets between all adjacent units and beneath all covers shall be provided to render the joints dust proof. Control panels shall be arranged in multi-tier formation. All doors and covers shall be suitable for double padlocking. All mild steel sheets used in the construction of panel shall be 14 SWG thick for floor mounted and 16 SWG for wall mounting and shall be folded and braced as necessary to provide rigid support for all components. Joints of any kind in sheet metal shall be seam welded, all welding slag grounded off and welding pits wiped smooth with plumber metal. All panels and covers shall be properly fitted and square with the frame and holes in the panel correctly positioned. Fixing screws shall enter into holes tapped into an adequate thickness of metal or provided with hank nuts .Self threading screws shall be provided at the Bottom. Minimum clear space of 200 mm between the floor of control panel and bottom most unit (MCB or Busbar) shall be provided. The control panels shall be of adequate size with a provision of 25 % spare space to accommodate possible future additional switch gear. Knock out holes of appropriate size and number shall be provided in the control panels in conformity with the location of incoming and outgoing conduits/cables. All equipments such as meters and indicating

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 25

lamops shall be located adjacent the unit with which it is associated and care shall be taken to achieve neat and symmetrical arrangement. Facility shall be provided for termination of cables from top of the control panel. Clamps shall be provided to support the weight of the cables .All power wiring inside the control panel shall be color coded and control wiring ferruled for easy identification. Circuit diagrams showing arrangement of circuits shall be provided n engraved anodized Instrument accommodation Adequate space shall be provided for accommodating instruments, indicating lamps, control contactors and control fuses etc. These shall be accessible for testing and

maintenance without any danger of accidental contact with live parts of the circuit breaker and Busbar. Busbars and Busbar connections The busbar and interconnections shall be of aluminum and of rectangular cross section suitable for full load current for phase bus bars , and half rated current for neutral busbar and shall be extensible on either side .The busbars and interconnections shall be insulated with PVC sleeve /tapes and shall be color coded. Alternatively special insulating paints /materials shall be used for the purpose.

All busbars shall be supported on unbreakable, non hygroscopic insulated All busbar connections in the main control panel shall be done by drilling holes with cadmium plated/hot dipped galvanized bolts, nuts and washers. All busbar connections in smaller control panel shall be done by drilling hole and connecting by brass bolts and Nuts. All connections between the Busbar and breaker , and between breaker and contactor shall be through copper strips of proper size to carry rated current and shall be insulated with PVC sleeves. Raceways A horizontal race way with screed covers shall be provided at the top to take interconnecting control wiring between different vertical sections. Cable compartments Cable compartments of adequate size shall be provided in the control panel for easy termination of all incomings and outgoing cables entering from Bottom or Top. Adequate and proper supports shall be provided in the cable compartments to supports cables. Indications a. ON lamps shall be provided on all outgoing feeders. b. Cable alley and Bus chamber shall be identified on all panels. Overload relays Contactors shall be provided with a three element, positive acting ambient temperature compensated time lagged hand reset type thermal overload relays with adjustable settings hand reset button shall flush with the front door of resetting with starter compartment door closed. Relays shall be directly connected for motors up to 35 hp capacity. CT operated relays shall be provided for motors above 35 hp capacity. Heater circuit contactors may not be provided with overload relays.

Current transformers Current transformers shall be of accuracy class I and suitable VA burden for operation of connected meters and relays. These shall be resin bonded and epoxy coated. Single phase Preventers Single phase preventers shall be provided as per bill of quantities and shall be confirming to BIS Standards. Single phase preventers shall act when the supply voltage drops down to 90% of the rated voltage or on failure of one or more phases. Time Delay Relays Time delay relays shall be adjustable type with time delay adjustment from 0-180 seconds and shall have one set of auxiliary contacts for indicating lamp connections. Indicating LED (22 mm dia) and Metering All meters and indicating lamps shall be in accordance with BS 37 and BS 39. The meters shall be flush mounted and draw out type .The indicating lamps shall be of LED type .Each main panel shall be provided with voltmeter 0-500 volts with three way and off selector switch, CT operated ammeter of suitable range with three no.s CTSof

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 26

suitable ratio with three way and off selector switch ,phase indicating lamps, and other indicating lamps as called for. Each phase indicating lamp shall be backed up with 5 amp fuse.

Toggle Switch Toggle Switches, where called for, shall be in conformity with relevant BIS codes and shall be of 5 Amp rating. Push Button stations Push Button stations shall be provided for manual starting and stopping of motors /equipments as called for. Green and red Colour Push Buttons shall be provided for stating and stopping operations. Start or stop indicating flaps shall be provide for push buttons .Push Buttons shall be suitable for panel mounting and accessible from front without door opening door, Lock lever shall be provided for Stop push buttons The Push Buttons shall be installed in the conduit while laying the conduit. Conduits shall be of mild steel and shall be hard drawn, stove enameled inside and outside with minimum wall thickness of 1.6 mm for conduits up to 32 mm diameter and 2 mm wall thickness for conduits above 32 mm diameter. GI pull wires shall be installed in the conduit while laying the conduit.

Cables M.V cables shall be PVC insulted aluminum and armored cables conforming BIS codes. Cables shall be armored and suitable for laying in the trenches, duct and on cable trays as required. M.V cables shall be termite resistant. Control cables and indicating panel cables shall be multi core PVC insulated copper conductor and armored cables.

Wires 1100 Volts grade PVC insulated Copper Conductor wires in conduit shall be used.

Cable laying Cable shall be laid generally in accordance with BIS code of practice. Cables shall be laid on 14 gauge perforated MS sheet cable trays, and cable drops/risers shall be fixed to ladder type cable trays fabricated out of steel angle . Access to all cables shall be provided to allow cables with draw/replacement in the future. Where more than one cable is running, proper spacing shall be provided to minimize loss in current carrying capacity. Cables shall be suitable supported with galvanized saddles when run on walls /trays. When buried, they shall be laid in 350 mm wide and 750 12. deep trench and shall be covered with 250 mm thick layer of soft sifted sand and protected with bricks, tiles. Special care shall be taken to ensure that the cables shall be taken to ensure that the cables are not damaged at bends. The radius of bend of the cables when installed shall not be less than 12 times the diameter of the cable.1.1 KV cable shall be buried 600 mm below ground level. Drawings Shop drawings for control panels and wiring of equipments showing the route of conduit cable shall be submitted by the contractor for approval of Site Incharge before starting the fabrication of Panel and starting the work. On completion , four sets of complete as installed drawings incorporating all details like conduit routes, number of wires in conduit, location of panels , switches , Junction /pull boxes and cables route etc shall be furnished . Fire brigade connections Provide as shown on drawings separate gunmetal 4 way collecting head with four instantaneous type inlets with built in check valves and 150 mm dia. outlet

Fire hydrants Internal Hydrants Contractor shall provide on each landing and other locations as shown on the drawings one single headed gunmetal landing valve with 63 mm dia outlet mounted on a common 80 mm inlet (I.S.5290-1969). Landing valve shall have flanged inlet and instantaneous type outlets as shown on the drawings. Instantaneous outlets for fire hydrants shall be of standard pattern approved and suitable for fire brigade hoses. Contractor shall provide for each internal fire hydrant station two numbers of 63

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 27

13. dia. 15 m long rubberized fabric lined hose pipes with gunmetal male and female instantaneous type coupling machine wound with G.I. wire (hose to I.S. 636 Type 2 and couplings to I.S. 903 with I.S. Certification), fire hose reel, gunmetal branch pipe with nozzle I.S. 903 and Fire man's axe. Each hose box shall be conspicuously painted with the letters "FIRE HOSE".

Fire hose reels Contractor shall provide standard fire hose reels with 20 mm dia high pressure Dunlop rubber hose 36.5 m long with gunmetal nozzle and control valve, shut off valve, all mounted on circular hose reel of heavy duty mild steel construction and cast iron brackets. Hose reel shall be connected directly to the wet riser. Hose reel shall conform to IS:884-1969 and rubber hose to IS: 5132.

Hose Cabinets Provide hose cabinets for all internal fire hydrants. Hose cabinets shall be fabricated from 16 gauge M.S. sheet of fully welded construction on 25x25mm angle iron with hinged double front door partially glazed with locking arrangement, stove enameled fire red paint with "FIRE HOSE" written on it prominently. The size of the cabinet shall be 1.4x0.8x0.35M approximately. The cabinet has to be fixed on the wall with dash fasteners. . Cable trays All cables shall be routed in approved locations in coordination with all otherservices in a proper manner. Cable trays shall be galvanized steel and hung from the ceiling by galavanized rods supported by appropriate size and type of expansion fasteners drilled in slabs and wall by electric drill. . Air Vents and Drain Valves

Air vents and drain valves shall be provided at high points and low points respectively in all piping systems. Air vents shall have gunmetal or brass bodies, non-ferrous or stainless steel float and guides, and non-corrodible valves and seats. Each automatic air vent shall be controlled by a ball valve. Drain valves shall be connected to the nearest building floor drain or drain point of adequate size,connected to the fire main. Collecting head shall be installed on a stand post and provided with Horizontal C.I reflux valve and location to be approved by site incharge .Provide itched gunmetal label plates with 50 mm height letter .The plates should be firmly fixed to the FB connection and any support system Water Flow Switch Paddle type, inserted into horizontal piping systems. The paddle shall actuate a pneumatic time- delay mechanism between the paddle stem and the micro-switch. After the preset time delay, the micro-switch shall operate and either open or close the electrical circuit. Time delays shall be adjustable from 0 to 90 seconds. The normal factory setting is from 35 to 45 seconds. Wire flow switch to fire alarm panel. The water side of the switches shall be completely separated from the electrical side. Contacts shall be suitable for the working voltage and current of the circuits. Water flow switches shall be capable of standing a test pressure of 21kg/sq.cm for six hours. Stop Valve A 25mm stop valve, of a globe type, shall be provided for the connection of the hose reel to the water supply. An indication of the open or shut positions shall be fixed or marked on the wheel of the valve, and the body of the valve, except for the gate valves which shall be marked with a directional arrow indicating the direction of flow through the valve. The valve shall be threaded 25mm BSP parallel. The water connection through the rubber hose shall permit the full flow of water to the hose without external leakage during any rotation of the reel. A union shall be fitted between the isolating stop valve on the feed pipe and each hose reel to enable individual hose reels to be dismantled for maintenance or overhaul. Nozzle The shut-off nozzle shall be constructed of a corrosion resistant material of adequate strength. The nozzle shall be adjustable to vary the throw and the flow rate and to shut off the flow. The internal surface of the nozzle shall be finished to provide a smooth surface. The internal diameter of the outlet shall be 10mm + 0.075mm. The nozzle shall be able to project a jet not less than 6mm.

Servo voltage stabilizer:- Providing / fitting/ testing and commissioning of 300 KVA Automatic voltage regulators of make with following specifications. Rating = 300 KVA 3 phase 4 wires Output Current = 65Amps Input voltage range (Phase to Phase) = 150-460V

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 28

Output voltage (phase to phase) = 400 ± 1% Frequency Range = 45 to 55 Hz Insulation = A Class Operating temperature = -15 0C to 45 0C Type = Variac Type Type of cooling = Naturally oil cooled Service = In door use Mode of operation = Auto /manual Correction Speed = Step less Correction using Variac.15- 50V/Sec Response time = less than 10 ms Duty cycle = continuous No Load Loss = less than 0.5% Suitability = suitable for 3 phase unbalanced/balanced supply, unbalanced/ balanced Loads Efficiency =Greater Than 98% Control Circuit = Fully automatic IC based solid stat, glass epoxy control card for easy online serviceability. Important Protection Features High and Low voltage cut-off system Overload and short circuit protection Single phase prevention system Phase Sequence change Protection Earth Fault Protection system The unit shall be fitted with following items Lifting legs Voltmeter for input and output Rating plate Earthning terminals 2 Nos. Drain valve Oil level indicator Oil filling pipe 3 Nos. electronic control cards 3 Nos. reversing geared motor unit 6 Nos. roller type micro switches to avoid hunting meter beyond the unit shell also have arrangement for input and out putt voltage limit terminals to connect cable etc. Chemical Earthing System:- Chemical earthing system shall be highly reliable, good quality, superior design, maintenance free earthing system that is built and designed based on flat in pipe technology to offer an alternate path for the fault current to flow and protects the human life and equipment under faulty conditions. Earthing system must provide least electrical resistance, good corrosion resistance and ability of dissipating high faulty current. It shall also provide safe path to dissipate lighting and short circuit current. Technical Specifications:-  Chemical earthing ≤ 1Ω  Electrode size: - 76 dia. x 2000 length mm (Min. 3 nos. connected in tripod.)  Copper conductor:- 25 x 6 mm  Highly conductive compound (HCC) as per site requirement.  16 mm² copper cable for connection between electrode site to exchange 80 RMT.  Multifaceted proactive earthing protection.  Earthing electrodes to ensure maximum conductivity.  Contains a highly conductive compound (HCC) to protect the main earth electrode in the soil.  High rust resistive, good conductive & corrosion free.  Least variation in ohmic value.  Large surface area to carry large fault current.  Control Radio Hz emissions & electromagnetic interferences.  Provide stable reference potentials for instrument accuracy.

False ceiling Providing and fixing of false ceiling of powder coated of aluminum composite panel of 4mm thick sheets by way of suspending 25mm wide rectangular Al/G.I. Channel of appropriate thickness from the true ceiling to form grid of 2’x2’ size (False ceiling void of 2.45 feet or as per site requirement) followed by connecting of grid network by means of Al./G.I. channels to act as a frame in which ACP sheets can be fitted and also should accommodate sprinklers, air diffusers, lighting fixtures as per the site requirement. The leveling of grid has to be accurate throughout including fixtures, hooks,fasteners and attachment rods with slab is also included in the job.

List of Approved Makes of Equipments

S.NO DESCRIPTION APPROVED MAKE GOVERING SPEC Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 29

1 Main Electric PUMP GORMAN RUPP,XYLEM,GRUNDFOS UL,FM,NFPA-20 2 Motor : MARATHAN/CLARKE/ABB/XYLEM 3 Controller TORNATECH,GPA 4 Jockey Pump: GORMAN RUPP,XYLEM,GRUNDFOS 5 Motor : MARATHAN/CLARKE/ABB/XYLEM 6 Controller TORNATECH,GPA 7 Diesel Engine DRIVEN PUMP GORMAN RUPP,XYLEM,GRUNDFOS UL,FM,NFPA-20 8 Engine: Clarke/Cummins 9 CONTROLLER TORNATECH,GPA 10 FLOWMETER GERAD/XYLEM 11 MS PIPES UPTO 150 MM JINDAL/ PRAKASH 1239 12 MS PIPES ABOVE 150 MM JINDAL/SURYA PRAKASH 3589 13 Malleable GI fittings DPR/BM/SUN 1879 14 Forged steel fittings (THREADED) DPR/BM/SUN 15 Forged steel fittings (WELDED) VS/TRUE FORGE/METLINE 16 Welding Rods Advani/superlon 17 Non –Return VALVE AVK/SIM/SKS/VAG 18 Butterfly Valve AVK/SIM/SKS/VAG 13095 19 Vibration DAMPERS DUNLUP/RESISTOFLEX 20 CI Sluice valve with rising spindle VAG/SIR/AVK 780 21 Suction Strainer LEADER/SKS/CIM 22 Control Panel AS PER OEM 23 Pressure Gauge FEBIG/H GURU 3624(CL-1) 24 Pressure SWITCHES INDFOSS/SWITZER/HONEYWELL 25 Pressure relief VALVE VAG/KIRLOSKAR/SKS/CIM/LEADER 26 Liquid Level CONTROLLER KENT/CIRUS/XYLEM 27 Hydrant landing VALVE NEWAGE/PADMINI Fire hose PIPES/CP PIPES/CP 28 HOSE/RRLHOSE/FIRE AID/FIRE HOSE REEL NEWAGE/PADMINI 29 Fire Hose reel Newage/ Padmini/ Indian Rayon 30 Flexible Hose Padmini/ Gates/NEWAGE 31 Fire Brigade Inlet Padmini/Minimax/ Newage 32 Hose Coupling BRANCH Padmini/Minimax/ Newage 33 FIRE EXTINGUISHERS CEASE FIRE/MINIMAX/SAFEX 34 SPRINKLER HEADS TYCO/VIKING(USA) 35 FLOWMETER U MAG/MAG FLUX 36 FLOW SWITCH DENFOSS/POTTER(USA) 37 ALARM VALVE TYCO/VIKING(USA) 38 CABLES HAVELS/POLYCAB/KEI 39 ULTRASONIC LEVEL SENSOR MJK-XYLEM 40 TRIPPLE DUTY VALVE VAG/B&G 41 soft starter L&T/Schiender/ABB 42 CHEMICAL EARTHING ASH/Alfred Kim 43 SERVO STABLIZER AE 44 Aluminium Composite Panel ACP/Alstrong/Alstone

Note: The bidder/ firm has to quote for only one make out of the specified makes. In case the firm quotes for more than one make, and/ or quotes outside the specified makes, the option of selection of the make shall remain exclusively with the department and the decision of the department shall be final and binding in this regard.

AEE-II Executive Engineer Mechanical, SKIMS Mechanical, SKIMS

Annexure- C to e-NIT NO. 79 OF 2018-19 Dated.28.01.2019

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 30

COMMERCIAL TERMS AND CONDITIONS

Bidders’ S. No Particulars NIT requirements Confirmation. 1 Prices Prices quoted F.O.R. site of Design, Supply, installation, Testing & Commissioning of Fire Fighting System along with allied Works to State Cancer Institute, SKIMS, Soura, Srinagar.

shall be inclusive of all Taxes/GST , packing, forwarding, freight, loading un-loading, transit insurance, toll, octroi, and any other tax/duty payable. 2 Validity of offer 240 days from the date of opening of tenders 3 Completion period Four (04) months from the date of issuance of LOI or Allotment Order, whichever is earlier. 4 Terms of payment/ As per Clause 06 & 07of the Annexure A of Performance this tender document. Guarantee 5 Deduction of Taxes Any tax as applicable under GST rules shall be deducted at source. 6 Earnest Money Rs.578300/=(Rupees five lac seventy-eight thousand & Deposit three hundred only) in the shape of CDR/FDR drawn from a scheduled/ nationalized Bank, pledged to Director Finance, SKIMS shall be retained by the department in case of the successful bidder. The same shall be released after Guarantee/Warranty period of the system is over.

Asstt. Ex. Engineer Executive Engineer Mechanical Subdivision II Mechanical SKIMS, Soura, Srinagar

Accepted/Confirmed Seal & Signature of the Bidder

STATE CANCER INSTITUTE,SKIMS,SOURA,SGR 31

Accepted/Confirmed Seal & Signature of the Bidder