}

Tender For Preventive Maintenance Incl Replacement Of Parts Of Fire Detection And Alarm System At Mayur Vihar And Comprehensive Maintenance, delhi-Delhi

Military Engineer Services-MES has published Tender For Preventive Maintenance Incl Replacement Of Parts Of Fire Detection And Alarm System At Mayur Vihar And Comprehensive Maintenance. Submission Date for this Tender is 02-03-2024. Alarm Systems Tenders in delhi Delhi. Bidders can get complete Tender details and download the document.




Tender Notice

42092914
Tender For Preventive Maintenance Incl Replacement Of Parts Of Fire Detection And Alarm System At Mayur Vihar And Comprehensive Maintenance
Limitted
Indian
Delhi
delhi
02-03-2024

Tender Details

Preventive Maintenance Incl Replacement Of Parts Of Fire Detection And Alarm System At Mayur Vihar And Comprehensive Maintenance Preventive Maintenance Incl Replacement Of Parts Of Fire Detection And Alarm System At Mayur Vihar And Comprehensive Maintenance Incl Replacement Of Parts Of Fire Detection, Alarm System And Air Compressor Installed At Mahipalpur At Restricted Area => Limited

Key Value

Document Fees
INR 500 /-
EMD
INR 63000.0 /-
Tender Value
INR 31.50 Lakhs /-

BOQ Items

NAME OF WORK: PREVENTIVE MAINTENANCE INCL REPLACEMENT OF PARTS OF FIRE DETECTION AND ALARM SYSTEM AT MAYUR VIHAR AND COMPREHENSIVE MAINTENANCE INCL REPLACEMENT OF PARTS OF FIRE DETECTION, ALARM SYSTEM AND AIR COMPRESSOR INSTALLED AT MAHIPALPUR AT RESTRICTED AREA UNDER GE SOUTH WEST NEW DELHI
Sl. No. Item Description
1Outsourcing of services for maintenance, and operation offire detection and Alarm system installed in the Old bldg and ARMIS bldg at DPL complex through OEM or authorized dealer of OEM (as per MOU) round the clock including Saturday, Sunday & Holidays by deploying minimum 01 Nos of trained and qualified manpower of OEM or authorized dealer of OEM. Details of Equipment & devices to be operated is as under: -
2Old Bldg:- (i) Microprocessor based Fire Alarm control panel with 2 Nos 12 V lead acid bateries- 01 No (ii) Sector indicating panel 8 Zones 2 Nos,6 Zones 3 Nos and 4 Zones 5 nos-10 Nos (iii) Smoke detectors-328 Nos (iv) Heat detectors- 488 Nos (v) Response indicator 148 Nos (vi) Manual call point/pull station - 22 Nos (vii) Talk back unit-8 Nos (viii) Low intensity sounder -22 Nos (ix) High intensity sounder - 1 Nos (x) Fire suppression system- 27 Nos (xi) All connecting/control wiring for above devices
3ARMIS Bldg:- (i) Microprocessor based Fire Alarm control panel with 2 Nos 12 V lead acid batteries- 01 No (ii) Sector indicating panel 4 Zones -3 Nos (iii) Smoke detectors-137 Nos (iv) Heat detectors- 100 Nos (v) Response indicator 117 Nos (vi) Talk back unit-9 Nos (vii) Low intensity sounder -09 Nos (viii) High intensity sounder - 1No (ix) Strobe light - 09 Nos (x) Fire suppression system-02 Nos (xi) All connecting/control wiring for above devices
4Special Note: (a) All those items related with Fire detection & Alarm system installed at site but not specified in the above list are also included in the comprehensive maintenance. (b) The contractor shall visit site and inspect complete Fire detection & Alarm system alongwith PA system including all connected devices before quoting the tender. No representation/claim will be accepted against Fire detection & Alarm system alongwith PA system including all connected devices during execution of work at site. (c) The entire Fire detection & Alarm system should be got inspected by respective state agency within 3 months from the date of commencement of the work and any defects pointed out by the agency should be rectified forthwith and no RAR will be paid till the rectification of the defects. Cost of Inspection by respective state agency and rectification of defects including materials deemed to be including in quoted rate by the contractor. NOTE: (i) One Operator cum technician in each shift (First shift 0600 hrs to 1400 hrs, Second shift 1400 hrs to 2200 hrs and Third shift 2200 hrs to 0600 hrs) will be present round the clock in Fire Alarm control panels room in main building including Saturday, Sunday and holiday, if operator is absent from duty or not reported on duty, responsibility lies on contractor and a sum of Rs 500/- per hour of absence shall be deducted from the contractor dues on account of absence. The Operator cum technician should must be provided by of OEM or authorized dealer of OEM (paid by OEM or authorized dealer).
5(ii) The operator cum technician shall follow proper SOP in case of fire which includes contacting MES and fire unit. (iii) The staff deployed for operation of the installations shall not leave the fire detection and alarm system room under any circumstances before handing over the charge to next shift duty otherwise a penalty of Rs 1000/- per shift per day shall be recovered from contractors dues. (iv) Police Verification of the employees shall be provided by the contractor without any extra cost to Deptt. (v) All operators cum technician shall wear proper uniform, failing which a recovery of Rs 200/- per shift per person shall be recovered from the contractor"s dues. (vi) Any fault warning recorded under system, the operation should be recorded in the logbook and should be intimated to concern JE or EIC as well as contractor and contractor should confirm that fault is attended within reasonable time as directed by EIC otherwise a sum of Rs. 500/- per hour shall be deducted from the contractor"s dues on account of rectification of fault. (vii) MOU between OEM / OEM authorized dealer and the contractor will be obtained and it will be the part of Tender documents and contractor should submit the agreement with OEM at the time of commencement of the work at site to GE. (viii) Comprehensive maintenance, checking, servicing, preventive / periodical, routine & corrective (Break down) maintenance, cleaning, inspection and testing in and including repair/ replacement of defective components /parts /accessories/devices of UL listed/control wiring harness will be done by the authorised personnel of OEM and rate of above deemed to be including in quoted rate by the contractor.
6(ix) Regular Maintenance of the system: The contractor must maintain the system as per the maintenance activities mentioned below and responsible for 100% functional of the fire detection and alarm system including the PA system supporting the fire alarm system. (x) System component will be cleaned, recalibrate and retested if necessary to ensure continued performance and reduce the risk of component or system failure. (xi) Replacement of any devices/accessories/parts should be original components manufactured by the OEM or other compatible components are used in order to preserve Underwriters Laboratories (U.L.) Listings and meet NFPA requirements. (xii) Contractor shall be solely responsible to keep the system serviceable at all the time. (xiii) Any fault indicated in system and replacement of any devices/accessories/control wiring harness should be recorded in the logbook and produce with running/final bills. (xiv) All relevant Tool & plant and stationery such as Attendance Register, Periodical Maintenance Register, log book etc required to operate, repair, servicing and maintain the system shall be arranged by the contractor at no extra cost to Deptt. (xv) All consumable items, such as fuses, resistance, cleaning material, battery acid, distilled water, battery thimbles clamp, grease, copper conductor PVC insulated Fire alarm cable of required size, thimbles & ferrules of all sizes, PVC insulation tape, nuts bolts, screws, etc. shall be provided by contractor at no extra cost to Deptt.
7(xvi) All complaints/Breakdown shall be attended/rectified by the Contractor within 08 Hours. Failing which a recovery of Rs 2000/- per complaint per day shall be made from contractor"s dues subject to a maximum of 10 days. (xvii) In case of any break down/inspection, any additional manpower required shall be arranged by the contractor without any extra cost to the Govt. (xviii) The regular and periodical cleaning/ routine checking/ testing and adjusting the detectors shall be carried out by the Contractor in planned and systematic manner for efficient and smooth functioning of system. (xix) All regular/ periodic inspection, testing and commissioning including preventive maintenance shall be carried out by the Contractor as per IS 2189: 2008 with latest amendments and as recommended by the manufacturers. (xx) Repair/ Servicing /Replacing of the equipments/shifting devices & other items related with fire alarm system shall be carried out by the staff deployed by the contractor at without any extra cost to Deptt. (xxi) The contractor shall be responsible for handing over the complete Fire detection & Alarm system alongwith all devices/accessories/control wiring harness in serviceable condition at the time of completion of works duly inspected by OEM and Engr-in Charge jointly and inspection report of serviceability state of Fire detection & Alarm system alongwith PA system to be submitted with final bill.
8Refilling of fire extinguishers with ABC dry chemical powder and pressurization of fire extinguisher with fresh/sufficient quantity/quality, ABC Dry chemical powder as per IS: 14609:1999 and shall contain 90% Mono Ammonium Phosphate and pressurized with Nitrogen Gas in and including painting the cylinder, labeling/marking with date of refilling and expiry date of refilling as per the ISI standards and as per the norms of Fire Authorities, a dry chemical Hydraulic Pressure testing should be as per IS-2190-2010 and test certificate shall be submitted and shall be valid for further three years complete all as directed of following capacity cylinders Note: Any fire extinguisher cylinder will be failing in hydraulic test will be return in AGE E/M Cab Sectt yard and nothing extra will be paid for its to the contractor.
95 Kg ABC Powder type Fire Extinguishers.
104 Kg ABC Powder type Fire Extinguishers.
11Refilling of fire extinguishers with Carbon dioxide (CO2) and pressurization of fire extinguisher with fresh/sufficient quantity/quality, Carbon dioxide shall be as per IS: 15222:2002 with minimum gas purity shall be 99.5%and including painting the cylinder, labeling/marking with date of refilling and expiry date of refilling as per the ISI standards and as per the norms of Fire Authorities, Carbon dioxide fire extinguishers shall be tested as per IS: 5844-1970 and test pressure shall be 250 kg/ cm2 (as per the IS 2190:2010 ) and test certificate shall be submitted and shall be valid for further five years complete all as directed of following capacity cylinders.
124.5 Kg Carbon dioxide (CO2) type Fire Extinguishers
13???2 Kg Carbon dioxide (CO2) type Fire Extinguishers
14Supply of conventional type Photoelectric smoke detector 100 mm dia, LED blinking indication suited to detect slow smoldering fires in the range 0.4 to 10 micron & operation temp 60 degree centigrade, within 15 feet distance, temperature sensitivity -10 C TO 60 C, photoelectric sensor alarm sensitivity 0.1 to 0.15 Db/m, Aesthetically pleasing, vide operating voltage 8 to 30 VDC, with neon bulb indication IP-40 complete all as specified and as directed.
15Supply of conventional type manual call point of fire alarm system with 1NO/NC, 5A-24V, Plastic body, indoor type designed to withstand temp -10C to 55 C, biocolor LED enable Red give visual indication of device healthy fire fault isolation in use test mode, IP-24D all as specified and directed.
16???Supply of conventional type fire alarm repeater panel 12 zone with event log and LCD display with PA system attachment facilities all as specified and directed.
17???Supply of conventional type fire alarm repeater panel 8 zone with event log and LCD display with PA system attachment facilities all as specified and directed.
18???Supply of conventional type fire alarm repeater panel 6 zone with event log and LCD display with PA system attachment facilities ,and its own mains power supply with own standby battery backup, drive rcardall as specified and directed.
19???Supply of conventional type wall/ceiling mounted response indicator of fire alarm system, dual red LED indications and compatibility with all detectors, 5-12 V DC,ABS housing all as specified and directed.
20????Supply of ABS body hooter suitable for conventional type fire alarm system, 100 Volt,AC, with speaker 4 Watt, current consumption 220 Ma all as specified and directed.
21????Supply of maintenance free lead acid battery 12 Volt, 7 AH.
22????Supply of PVC Non metallic conduit of external dia not less than 25 mm medium grade including of all tees, bends elbow, reducers bell mouth tube end and fixing accessories such as coupler, lock nuts, saddles, pipe hooks etc but exclusive of junction boxes complete all as specified and directed.
23????Supplying, laying, fixing and testing in replacement of 2 core, 1.5 Sq mm with stranded Copper conductor armored, XLPE insulated, FRLS fire cable of 1.1 KV grade duly fixed on wall, ceiling etc. with necessary saddling etc complete as required.
24Supply and fixing in replacement of two core armored copper conductor cable XLPE insulated PVC sheathed FRLS 1100 Volt grade 1.0 Sqmm size, multi stranded complete all as specified and as directed.
25????M&L dismantling of electric connection and taking out 75 HP capacity (Make- Kirlosker) firefighting motor, opening the motor, cutting & removing old and burnt winding wire, rewinding the motor with new super enameled copper winding of size & description to match with existing including insulating materials, varnishing, drying, replacement of both driven end & non driven end bearings and base plate, reassembling, refixing in same position & connecting including testing and commissioning complete all as specified & directed.
26????M&L for taking out electrical driven fire pump of capacity 75 HP (make: Kirloskar) after disconnected all electrical and water connection and disassembling form base and uncoupling motor shaft coupling and taking and transport to work shop & opening carefully and servicing complete with replacing of bushes/bearings, gland packing, seals, oil rings, rubber gasket, nut, bolt & washers and re-fixing it in original position and making out all electrical and water connection incl painting to two coats with synthetic enamel paint after necessary preparation incl testing & commissioning complete all as specified and as directed.
27M&L for taking out electrical driven Jokey pump of capacity 15 HP make: Kirloskar after disconnected all electrical and water connection and disassembling form base and uncoupling motor shaft coupling and taking and transport to work shop & opening carefully and servicing complete with replacing of bushes/bearings, gland packing, seals, oil rings, rubber gasket, nut, bolt & washers and re-fixing it in original position and making out all electrical and water connection incl painting to two coats with synthetic enamel paint after necessary preparation incl testing & commissioning complete all as specified and as directed.
28Disconnection of electric connection taking out of submersible pump set 7.5 HP capacity form borewell of 100 to 150 ft depth for repair. after lifting disconnecting motor from pump assembly opening the motor, cutting & removing old burnt winding rewinding the motor with new super enameled copper winding of existing gauge including insulating materials, varnishing, drying, replacement of both end bearings including servicing of pump cleaning of slot replacement bush bearing after repair, lowering of pump in position testing commissioning all as specified and directed
29Comprehensive maintenance Fire Detection and Alarm system installed in the ARC Mahipalpur at Cabinet Sectt as per site requirement. Details of Equipment & devices to be maintained and service periodicallyis as under: - (i)Addressable type photo electric smoke detector 100mm dia
30(a)All those items related with Fire detection & Alarm system installed at site but not specified in the above list are alsoincluded in the comprehensive maintenance. (b) The contractor shall visit site and inspect complete Fire detection & Alarm system along with PA system including all connected devices before quoting the tender. The contractor should replace / rectify all defective iteme in fire detection and PA System the same shall be considered in quoted rate. No representation/claim will be accepted against replacement of defective items of fire alarm and detection system complete during execution of work at site. (c) The entire Fire detection & Alarm system should be got inspected by respective agency within 3 months from the date of commencement of the work and any defects pointed out by the agency should be rectified forthwith (d) The concern company or dealer shall sumbit proper SOP for operating procedure and which steps will be taken in case of fire. (e) MOU between authorized dealer and the contractor will be obtained and should submit the agreement with authorised dealer at the time of commencement of the work at site to EIC. (f) Maintenance, checking, servicing, preventive/periodical, routine & corrective (Break down) maintenance, cleaning, inspection and testing in and including repair/ replacement of defective components /parts /accessories/devices /control wiring harness will be done by the authorised personnel of authorised dealer and rate of above deemed to be including in quoted rate by the contractor.
31(g) Regular Maintenance of the system: The contractor must maintain the system as per the maintenance activities mentioned below and responsible for 100% functional of the fire detection and alarm system including the PA system supporting the fire alarm system. (h) System component will be cleaned, recalibrate and retested if necessary to ensure continued performance and reduce the risk of component or system failure. (j) Replacement of any devices/accessories/parts should be original components manufactured by the OEM or other compatible components are to meet NFPA requirements as per actual cost (k) Contractor shall be solely responsible to keep the system serviceable at all the time. (l) All relevant Tool & plant and stationery such as Attendance Register, Periodical Maintenance Register, log book etcrequired to operate, repair, servicing and maintain the system shall be arranged by the contractor at no extra cost to Deptt. (m) All consumable items, such as fuses, resistance, cleaning material, battery acid, distilled water, battery thimbles clamp, grease, copper conductor PVC insulated Fire alarm cable of required size, thimbles & ferrules of all sizes, PVC insulation tape, nuts bolts, screws, etc. shall be provided by contractor as per actual cost
32(n) All complaints/Breakdown shall be attended/rectified by the Contractor within 24 Hours. Failing which a recovery of Rs 500/- per complaint per day shall be made from contractor"s dues subject to a maximum of 10 days. (o) The regular and periodical cleaning/ routine checking/ testing and adjusting the detectors shall be carried out by the Contractor in planned and systematic manner for efficient and smooth functioning of system. (p) All regular/ periodic inspection, testing and commissioning including preventive maintenance shall be carried out by the Contractor as per IS 2189 : 2008 with latest amendments and as recommended by the manufacturers. (q) Repair/ Servicing /Replacing of the equipment/shifting devices & other items related with fire alarm system shall be carried out by the staff deployed by the contractor at as per actual cost to Deptt. (r) The contractor shall be responsible for handing over the complete Fire detection & Alarm system along with all devices/accessories/control wiring harness in serviceable condition at the time of completion of works duly inspected by authorised dealer and Engr-in Charge jointly and inspection report of serviceability state of Fire detection & Alarm system along with PA system to be submitted with final bill.
33Comprehensiv maintenance ofair compressor set of kirloskar Penumatic co Ltd complete all as specified and directed.
34Supply only of following spare parts of 01 Nos air compressor set of kirloskar Pnumatic co Ltd. (Model 24 A2st,150 stroke installed at ARC mahipalpur during checking as per mainteance scheduleincluding testing etc complete as required (including dismantling old one)
35Supply only in replacement ofpacking gland ringcat part no 49.231.010.00 complete all as specified and as directed.
36Supply only in replacement of ring118x111x2 for valve. Complete all as specified and as directed.
37Supply only in replacement of ring O 29IDx3.5D /silicon ring. Complete all as specified and as directed.
38Supply only in replacement of ring selaing piston 160DN. Complete all as specified and as directed.
39Supply only in replacement ofS/A valve delivery 105CR. Complete all as specified and as directed.
40Supply only in replacementof S/A vave suction 105 CR. Complete all as specified and as directed.
41Supply only in replacementof valve assembly with unload. Complete all as specified and as directed.
42Supply only in replacement ofValve S/A CR 105 delivery. Complete all as specified and as directed.
43Supply only in replacementof assembly set of scraper ring. Complete all as specified and as directed.
44Supply only in replacementof compressor oil(60 ltr pkt). Complete all as specified and as directed.
45Supply only in replacementof gasket set. Complete all as specified and as directed.
46Supply only in replacementof element with filter subasembly. Complete all as specified and as directed.
47Supply only in replacement of grill protection for suction. Complete all as specified and as directed.
48Supply only in replacementofv Belt space saver SPC. Complete all as specified and as directed.
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail