अ तर वभाग सतीश धवन अंतर के satish dhawan space centre...
TRANSCRIPT
1
भारत सरकार Government of India
अतर� �वभाग Department of Space
सतीश धवन अंतर� के� Satish Dhawan Space Centre
शार SHAR �ीहरकोटा डा.घ.524124 आं.". भारत SRIHARIKOTA P.O. 524124, AP, INDIA
टे#लफोन:+91 8623 225023 Telephone: +91 8623 225023 फे-स: +91 8623 225170 Fax: +91 8623 225170
GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124
SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)
TENDER NOTICE NO. SDSC SHAR/HPS/PT/14/2016-17
On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following.
Sl No
Ref. No. Description Qty. Tender Fee
01
SHAR CMD 2016 00 4604 e-procurement [Two Part basis]
Supply, Testing & Commissioning of Medium Voltage Panels
1 LS No tender fee shall be applicable for tenders submitted through EGPS
02 SHAR SPP 2016 00 4891 e-procurement [Two Part basis]
Manufacturing of Rubber, Supply, Lining & Associated Works
1 LS
03 SHAR VAST 2016 00 4916 e-procurement [Single Part basis]
Supply of Flameproof DBs & Accessories for Second Vehicle Assembly Building at SDSC SHAR
1 Lot
04 SHAR SC 2016 00 4943 e-procurement [Two Part basis]
Comprehensive Annual Maintenance contract for Plain Paper Copiers including Toner, Consumables & Spares
1 LS
05 SHAR CMD 2016 00 5044 e-procurement [Two Part basis]
Supply, Installation, Testing & Commissioning of 11kV 7-VCB Change Over Panel for Second Vehicle Assembly Building at SDSC SHAR
1 LS
Last Date for downloading of tender documents: 19.12.2016 at 16:00 hrs. Due Date for submission of bids online : 19.12.2016 at 16:00 hrs. Due Date for Bid Sealing on : 19.12.2016 at 16:01 hrs. to 19.12.2016 at 17.30 hrs. Due Date for Open Authorization : 19.12.2016 at 17.31 hrs. to 21.12.2016 at 17:00 hrs. Due Date for opening of tenders : 22.12.2016 at 14:30 hrs.
Instructions to Tenderers:
01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.
02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered.
03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal.
04. Quotations received after the due date/time will not be considered.
05. The tender documents are available for download upto 19.12.2016 at 1600 hrs. and last date for submission of tenders on line 19.12.2016 at 1600 hrs. and Tender Opening on 22.12.2016 at 14:30 hrs.
06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations.
DT: 31.10.2016 HEAD, PURCHASE AND STORES
SHAR/CMD / 2016004604
1
ANNEXURE TO INDENT
SHAR/CMD / 2016004604
SUPPLY, TESTING & COMMISSIONING OF MEDIUM VOLTAGE PANELS
TECHNICAL SPECIFICATION AND SCHEDULE
INDEX:
I. PANEL ENCLOSURE.
II. DIMENSIONAL REQUIREMENTS.
III. MOULDED CASE CIRCUIT BREAKERS.
IV. AIR CIRCUIT BREAKERS.
V. APPROVED MAKES OF PANEL COMPONENTS AND ACCESSORIES.
VI. SCHEDULE OF QUANTITIES.
VII. DETAILED SPECIFICATIONS / GUIDELINES FOR MV PANEL CONSTRUCTION.
VIII. TESTS TO BE DONE AT FACTORY / WORKS.
IX. DETAILS OF TESTING AND COMMISSIONING AT SITE.
X. GTP.
XI. SPECIAL TERMS AND CONDITIONS.
XII. NOTE TO TENDERERS.
XIII. REALIZATION SCHEDULE.
XIV. CHECKLIST.
XV. DRAWING NO: 1 / SHAR / CMD / 2016004604
XVI. DRAWING NO: 2 / SHAR / CMD / 2016004604
XVII. DRAWING NO: 3 / SHAR / CMD / 2016004604
XVIII. LIST OF APPROVED PANEL BUILDERS.
SHAR/CMD / 2016004604
2
TECHNICAL SPECIFICATIONS
Scope of work : Supply, Testing and Commissioning of, 415V, three phase, 4 wire, 50 HZ, AC, short circuit
capacity of 50 kA rms symmetrical Power Distribution Panels as per the specifications below. The testing and
commissioning of the panels at site is also in the scope of work
I PANEL ENCLOSURE:
1. The panels shall be fabricated out of 14 SWG CRCA sheet steel with necessary anti-corrosive
treatment and shall be of dust and vermin proof construction with front in- line configuration
2. The cubicle shall be of minimum 2mm thick sheet steel. All partition shall be of minimum 1.6mm
thickness. All sheet steel works forming the exterior of switch boards shall be smoothly finished,
leveled and free from flaws. The corners shall be rounded.
3. Metal clad, cubicle, indoor, free standing type and compartment arrangement
4. The Panel structure and frame and all steel parts shall undergo seven tank process surface
treatments, followed by powder coating with Siemens grey over the exterior and interior side of
the panel. The powder coating compound shall have fire retardant properties.
5. Fire retardant DMC / SMC fillings for openings around bus bars near the sectional barriers shall be
provided. Also adequate fire barriers are to be provided appropriate locations in all feeder
compartments in such a way that products of combustion / explosion if any shall not spread to
other compartments of the panel.
6. The panel shall be suitable for horizontal expansion in future on both sides. Hence necessary provisions
like providing full length bus bars in the main bus chamber, providing holes in the main bus bar ends
for connecting fish plates and providing separate end covers in the bus bar chamber shall be made.
7. The panel shall be provided with a base frame of ISMC-100 channel. A cover plate at the top of the
vertical section shall be provided with necessary ventilating arrangements. Any aperture for ventilation
shall be covered with a perforated sheet having less than 1 mm diameter perforations to prevent entry
of vermin.
8. Door interlocking facility and defeat interlock facility is to be provided for all MCCB handle mechanisms
on the front door of the cubicle.
9. Castel interlocks with keys (as per schedule of quantities) shall be provided on the door of the cubicles
such that these are readily accessible without having to open the cubicle door for operation. Clear
markings indicating the direction of open / close shall be made with aesthetic stickers
10. Where the overall length of panels are more than 2.5 mtr, it is advised to fabricate the panel in
possible no. of vertical sections and transport the sections to site such that it is easy to move the
panels inside the panel rooms and then integrated.
11. The panels shall be suitable for mounting on Trenches.
12. The minimum operating height of the handles of the switchgears in panels shall be not less than 300
mm from FFL (Finished floor level) and the maximum operating height shall not exceed 1.8 m from
FFL.
13. All insulating materials used in the construction of the equipment shall be non-hygroscopic, duly
treated to withstand the effect of high humidity, high temperature and tropical ambient service
conditions.
14. Provisions shall be made for permanently earthing the frames and other metal parts of the switch
gear by two independent connections.
15. The panel shall be painted with RAL 7057 colour
SHAR/CMD / 2016004604
3
II DIMENSIONAL REQUIREMENTS:
1. The width of cable alleys of all panels shall be not less than 350 mm.
2. The depth of all panels shall be designed liberally allowing suitable access for using the
maintenance tools in all cubicles/alleys. Liberal clearances shall be maintained in all panel cubicles,
bus bar chambers and cable alleys by considering the maintenance point of view. The panel
builders are requested to furnish the drawings during detailed engineering.
3. MCCB (outgoing) Cubicle dimension: The minimum height of the cubicle should not be less than
350mm and width shall be not less than 400 mm.
4. The incomer feeder MCCB cubicle shall be liberally sized than above guideline in order to ensure
proper termination facilities.
5. The dimensional requirements mentioned above are guidelines and are indicative only. However
Dept. reserves the right to alter the dimensions during detailed engineering. Tolerance (due to CNC
machining or any other, if any) is acceptable in the range of +/- 10mm on all the above dimensions.
III MOULDED CASE CIRCUIT BREAKERS:
1. The MCCBs shall be of four pole version as mentioned in `Schedule of quantities’.
2. All MCCBs for the panels shall be provided with built-in adjustable short circuit, over load protection
and earth fault protection using microprocessor based release. (Equivalent to L&T MTX2.0).
3. All MCCBs shall be provided with 230 V AC shunt trip coil.
4. All MCCBs shall be provided with factory built rotary operating mechanism
5. All MCCBs shall have provision to connect the UG cables as per the Schedule of Quantities.
IV Air Circuit Breakers:
1. All ACB shall be fully draw out type and electrically operated having minimum of 6 NO + 6 NC
spare auxiliary contacts apart from the contacts used for breaker operation/annunciation.
2. All ACBs (Excluding bus coupler ) shall have micro processor based releases having IDMT non-
directional shunt trip characteristic for over load and short circuit protection with suitable CTs.
Protection shall also be available against earth fault and instantaneous short circuit. All the
protection settings (O/L, S/C & E/F) shall be field adjustable as per requirement.
3. The ACB shall be suitable for tripping / closing operations with 24 DC/ 230V AC. The spring
charge motor shall be suitable for 230 V AC operations.
4. All ACB’s shall be either TP with 100% Neutral Assemblies / Four Pole version as mentioned in
schedule.
5. All ACBs shall have Modbus communication port.
6. All ACBs shall have Trip & Event recording.
7. ACBs shall have both electrical and mechanical key interlocks wherever required as per the
schedule.
8. ACBs shall conform to IS /IEC 60947- 2, IS 13118
9. All ACBs shall be SCADA compatible, i.e., they shall have the capability to work in SCADA
environment.
SHAR/CMD / 2016004604
4
V APPROVED MAKES OF PANEL COMPONENTS / ACCESSORIES
The makes of components such as shall be one among the following only with the given order of preference.
Only the approved makes are to be adopted during fabrication.
ACBs : Schneider, L&T, ABB, Siemens, GE, Merlin-Gerin, C&S Electric.
MCCBs : L&T, Siemens, Schneider, ABB, Legrand, GE Energy.
Meters : A.E, L&T, Conzerv, Rishab, MECO, Neutronics, Nippen, CG Schlumberger,
Riken, Krykard, Elmeasure, Circutor
CTs : Kappa Electricals, Automatic Electric (AE), Nippen, Neutronics, INTRANS,
PARAS.
Fuse base/ carriers & Fuses : L&T, Siemens, Schneider, Havells, Standard, ABB, GE Power.
SHAR/CMD / 2016004604
5
VI SCHEDULE OF QUANTITIES
1. Main LT Panel- 01 No:
The panel shall consist of the following:
Incomer 4000A, FP 80kA EDO Type ACB - 03 Nos suitable for terminating 4000A sandwich
bus bar trunk on top of the panel.
Bus Coupler 4000A, FP 80kA EDO Type ACB - 02 Nos.
Bus bar 4000A FP Insulated Copper Bus Bar with 100% Neutral current rating- 1 Set.
(Copper bus bars shall have minimum 4500sq.mm cross sectional area and phase and
neutral bus bars shall be provided with colour coded heat shrinkable sleeves
throughout).
Out goings Rating Qty Facility for Termination
2500A,TP ACB 65kA 06 Nos 4Nos. each suitable for
terminating 7Rx3.5Cx300sqmm
UG cable and 2Nos. each suitable
for 2500A sandwich bus bar
trunk.
1250A,TP ACB 50kA 02 Nos 7Rx3.5Cx300sqmm UG cable
1000A,TP ACB 50kA 04 Nos 9Rx3.5Cx400sqmm UG cable
800A,TP ACB 50kA 03 Nos 2Rx3.5Cx300sqmm UG cable
The kA rating indicated is minimum acceptable value.
Metering: Each incomer ACB (Equivalent to L&T MTX 3.5EC with communication module) shall be
provided with 1No of Digital voltmeter, 1No of Digital Ammeter, & 1No. of Multi function meter
(equivalent to L&T Quasar) with RS485 port.
Each outgoing ACB (Equivalent to L&T MTX 1.5G) shall be provided with 1No. of Multi function meter
(equivalent to L&T Quasar) with RS485 port.
Resin cast CT of suitable rating – 1set for each incomer and outgoing.
Phase indication lamps with control MCB - 1 Set for each incomer.
Mechanical & Electrical Interlocking Scheme:
State Incomer 1 Bus Coupler 1 Incomer 2 Bus Coupler 2 Incomer 3
1 ON OFF ON OFF ON
2 OFF ON ON OFF ON
3 ON ON OFF OFF ON
4 ON OFF ON ON OFF
5 ON OFF OFF ON ON
6 ON ON OFF ON OFF
7 OFF ON ON ON OFF
8 OFF ON OFF ON ON
Note:
1. Refer Drawing No: 01 / SHAR / CMD / 2016004604 for SLD of the Main LT Panel.
SHAR/CMD / 2016004604
6
2. DG Main Panel- 01 No:
The panel shall consist of the following:
Incomer 2500A, FP 65kA EDO Type ACB - 02 Nos suitable for terminating 2500A sandwich
bus bar trunk on top of the panel.
Bus Coupler 2500A, FP 65kA EDO Type ACB - 01 Nos.
Bus bar 2500A FP Insulated Copper Bus Bar with 100% Neutral current rating- 1 Set.
(Copper bus bars shall have minimum 2750sq.mm cross sectional area and phase and
neutral bus bars shall be provided with colour coded heat shrinkable sleeves
throughout).
Out goings Rating Qty Facility for Termination
2500A,TP ACB 65kA 06 Nos Suitable for terminating 2500A
sandwich bus bar trunk on top of
the panel.
The kA rating indicated is minimum acceptable value.
Metering: Each incomer ACB (Equivalent to L&T MTX 3.5EC with communication module) shall be
provided with 1No of Digital voltmeter, 1No of Digital Ammeter, & 1No. of Multi function meter
(equivalent to L&T Quasar) with RS485 port.
Each outgoing ACB (Equivalent to L&T MTX 1.5G) shall be provided with 1No. of Multi function meter
(equivalent to L&T Quasar) with RS485 port.
Resin cast CT of suitable rating – 1set for each incomer and outgoing.
Phase indication lamps with control MCB - 1 Set for each incomer.
Mechanical & Electrical Interlocking Scheme:
State Incomer 1 Bus Coupler 1 Incomer 2
1 ON OFF ON
2 OFF ON ON
3 ON ON OFF
Note:
1. Refer Drawing No: 02 / SHAR / CMD / 2016004604 for SLD of the DG Main Panel.
SHAR/CMD / 2016004604
7
3. Double Bus Bar Change Over Panel- 02 Nos:
The panel shall consist of the following:
Incomer 2500A, FP 65kA EDO Type ACB - 03 Nos (1No. for EB source and 2Nos. for DG source, with
mechanical and electrical interlocking between the two DG source incomers such that only
one DG source can be ON at a time) suitable for terminating 2500A sandwich bus bar trunk
on top of the panel.
Bus bar 2500A FP Insulated Copper Bus Bar with 100% Neutral current rating- 2 Sets. One set for
Normal EB power source and the other set for DG power source.
(Copper bus bars shall have minimum 2750sq.mm cross sectional area and phase and neutral bus
bars shall be provided with colour coded heat shrinkable sleeves throughout).
Out
goings
Outgoing from the double bus bars shall be through 12Nos. of change over arrangements
with each arrangement comprising of two incomer breakers (One for EB bus and one for DG
bus) and one outgoing breaker.
Change Over
Arrangement
Rating of two
incomers and one
outgoing breakers in
each arrangement
No of such
arrangements
Termination facility for
each outgoing in the
changeover arrangement.
I 250A,FP 36kA MCCB 06Nos. 1Rx3.5Cx150sqmm cable
II 400A,FP 36kA MCCB 01Nos. 1Rx3.5Cx150sqmm cable
III 630A,FP 50kA MCCB 01Nos. 1Rx3.5Cx150sqmm cable
IV 1000A,FP 65kA ACB 02Nos. 3Rx3.5Cx300sqmm cable
V 2000A,FP 65kA ACB 02Nos. 5Rx3.5Cx400sqmm cable
Total No. of Change Over Arrangements 12Nos.
The kA rating indicated is minimum acceptable value.
Metering: All ACBs shall be equivalent to L&T MTX 1.5G.
All MCCBs shall be equivalent to L&T MTX 2.0.
Each main incomer ACB shall be provided with 1No of Digital voltmeter, 1No of Digital Ammeter, & 1No.
of Multi function meter (equivalent to L&T Quasar) with RS485 port.
Each of the Final outgoing ACBs in change over arrangements IV and V shall be provided with 1No. of
Multi function meter (equivalent to L&T Quasar) with RS485 port.
Each of the Final outgoing MCCBs in change over arrangements I, II, and III shall be provided with 1No.
of Multi function meter (equivalent to L&T Quasar) with RS485 port.
Resin cast CT of suitable rating – 1set for each main incomer ACB and each final outgoing ACB / MCCB in
every change over arrangement.
Phase indication lamps with control MCB - 1 Set for each incomer.
Note:
1. Both Mechanical and Electrical Interlocks shall be provided for every Change Over Arrangement.
2. Interlocks for EACH and EVERY Change Over Arrangement shall be UNIQUE.
3. Interlocks for every Change Over Arrangement shall be such that ONLY ONE INCOMER within the
Change Over Arrangement can be ON at any time.
4. Refer Drawing No: 03 / SHAR / CMD / 2016004604 for SLD of the Double Bus Bar Change Over
Panel.
SHAR/CMD / 2016004604
8
VII DETAILED SPECIFICATIONS / GUIDE LINES FOR MV PANEL CONSTRUCTION
A SCOPE:
This specification is to cover the requirement of design, Fabrication, supply, testing and
commissioning of M.V. panels with all components, fittings and accessories for efficient operation
without any trouble.
B STANDARDS :
The M.V. panels specified herein, unless otherwise stated shall confirm to the relevant and latest
revisions of Indian standards and Indian Electricity rules.
C DESIGN REQUIREMENTS :
The M.V. panels shall be suitable for operation on 415 volts, 3 phase, 50 Hz system.
The M.V. panels shall be designed for operation in high ambient temperature up to 55 degree C and
high relative humidity upto 95% and tropical atmospheric conditions. Means shall be provided to
facilitate ease of inspection, cleaning and repairs.
D CONSTRUCTIONAL REQUIREMENTS :
The M.V. panels shall be of
i) Metal clad, cubicle, indoor, free standing type and compartment arrangement
ii) Made up of the requisite vertical sections, which when coupled together shall form continuous dead front
switch board.
iii) Dust and damp protected, the degree of protection shall be IP-54 as specified in IS-2147.
iv) Readily extendable on both sides by the addition of vertical sections after removal of the end covers.
v) Single front construction with ACB, moulded case circuit breaker feeder suitable for operation from the
front of the panel.
The M.V. panels shall have the feeder ratings as indicated in the schedule of quantities and
constructed only of materials capable of withstanding the mechanical, electrical and thermal stresses as well
as the effects of humidity, which are likely to be encountered in normal service. The panel construction shall
be such that there shall be no chance of any rodent entry into the panel.
E VERTICAL SECTIONS:
Each vertical section shall consists of a front framed structure rolled / folded sheet steel channel
section of minimum 2 mm thickness rigidly bolted together. This structure shall house the components
contributing the major weight of the equipment, such as ACB, MCCB, main horizontal bus bars, vertical risers
and other front mounted accessories. The structure shall be mounted on a rigid base frame of ISMC100
channel. The design shall ensure that the weight of the components is adequately supported without
deformation or loss of alignment during transit or during operation.
Suitable cable chamber housing the cable end connections, power and control cable terminations
shall be provided. The design shall ensure generous availability of space for ease of installation and
maintenance of cabling and adequate safety for working in one vertical section without coming into
accidental contact with live parts in the adjacent section.
A cover plate at the top of the vertical section shall be provided with necessary ventilating
arrangements. Any aperture for ventilation shall be covered with a perforated sheet having less than 1 mm
diameter perforations to prevent entry of vermin and rodents.
SHAR/CMD / 2016004604
9
F SHEET STEEL CUBICLE:
The sheet steel cubicle shall be designed in fully segregated multitier formation.
Each cubicle shall have hinged front access door with easily operating fasteners. All doors and covers shall
be heavily gasketed to make the compartment dust tight. Each cubicle shall have a covering at the bottom
to make a dust and vermin proof construction. Door hinges shall be of concealed type.
The cubicle shall be of minimum 2mm thick sheet steel. All partition shall be of minimum 1.6mm thickness.
All sheet steel works forming the exterior of switch boards shall be smoothly finished, leveled and free from
flaws. The corners shall be rounded.
The apparatus and circuits in the M.V. panels shall be so arranged as to facilitate their operation and
maintenance and at the same time to ensure the necessary degree of safety.
Apparatus forming part of the M.V. panels shall have the following minimum clearance.
i) between phases --- 25 mm
ii) between phases and neutral --- 25 mm
iii) between phases and earth--- 25 mm
iv) between neutral and earth --- 19 mm
If for any technical reason, the above clearances are not available, suitable insulation shall be provided.
Clearance shall be maintained during normal service conditions. Creepage distances shall comply with those
specified in relevant standards.
All insulating materials used in the construction of the equipment shall be non-hygroscopic, duly treated to
withstand the effect of high humidity, high temperature and tropical ambient service conditions.
Functional units such as ACBs, MCCBs shall be arranged in multitier formation.
Metallic barriers shall be provided within vertical sections and between adjacent sections to ensure
prevention of accidental contact with:
i) main bus bars and vertical risers during operation, inspection or maintenance
of functional units and front mounted accessories.
ii) cable terminations of one functional unit, when working on those of adjacent
unit / units.
All doors/covers providing access to live power equipment/circuits shall be provided with tool operated
fasteners to prevent unauthorized access.
Provisions shall be made for permanently earthing the frames and other metal parts of the switch gear by
two independent connections.
G METAL TREATMENT AND FINISH:
All steel works used in the construction of the switch boards shall have undergone a suitable
rigorous metal treatment seven tank process so as to remove oxide scales and rust formation and to
facilitate a durable coating of the paint on the metal surfaces and to prevent spreading of rust, even in the
event of paint film being mechanically damaged.
Powder coated paint as a finishing coat to the shade as specified above. The total thickness of paint
shall not be less than 25 micron.
SHAR/CMD / 2016004604
10
H BUS BARS:
1. The bus bars shall be housed in non-segregated sheet steel compartments in the cubicle at convenient
locations with provision for access to the bus bars from the front of the panel. The bus bar chamber and the
breaker cubicle shall have interpanel fire-barriers.
2. The bus bars shall be air insulated and made of high conductivity, 99.9% pure electrolytic virgin grade
copper complying with the requirements of IS 8130 as indicated in the schedule of quantities. The bus bar
shall be suitably braced with non-hygroscopic supports to provide fault withstanding capacity as specified in
the tender schedule. The neutral as well as the earth bus shall be capable of withstanding the above fault
level. Fire retardant SMC/DMC fillings for openings around the bus bar near the sectional barriers shall be
provided.
3. Large clearance and creepage distances shall be provided on the bus bar system to minimize the
possibility of a fault.
4. High tensile bolts, nuts and spring washers shall be provided at all bus bar joints.
5. The continuous rating of the bus bar shall be 125 % of the rated current. The maximum temperature of
the bus and the connections shall not exceed 85 0C. The bus bars shall be of liberal design for the required
current rating.
6. The main phase bus bars shall have continuous current rating throughout the length of each power
control centre and the neutral bus bars also shall have a continuous rating of 100 % of the phase bus bars.
7. Connections from the main bus bars to functional circuits shall be arranged and supported so as to
withstand without any damage or deformation, the thermal and dynamic stresses due to short circuit
currents.
8. All bus bars and tappings shall be provided with heat shrinkable type colour coded sleeves for phase
identification. All joints / tapping points of the buses shall be suitably shrouded to prevent accidental
contact.
9. An earth bus bar of size not less than 25 x 6 mm copper shall be run throughout the width of the panel at
the bottom and necessary tapping shall be taken to the compartments / cubicles as per the requirements. GI
Brackets (min. 32x6mm) for Cable armour / feeder earthing connected to the above earth bus bar shall be
provided at both ends outside the panel along the entire depth of panel in order to facilitate connection /
tapping of earth wires of all feeders.
I CURRENT TRANSFORMERS:
Current transformers shall comply with the requirements of relevant latest amended IS. They shall
be of resin cast type with suitable ratios, outputs and accuracy.
J MULTI FUNCTION METERS:
All multi function meters shall be suitable for SCADA environment. The meters shall be equipped
with RS485 port and communicable on MODBUS protocol.
K SELECTOR SWITCHES:
Where separate Selector switches are provided they shall be of heavy duty rotary type, with plates
clearly marked to show the operating position. They shall be of semi-flush mounted type with only the front
plate and operating handle projecting.
L INDICATING LAMPS:
Indicating lamps shall be of LED type only, provided with translucent lamp covers. Lamps shall be
easily replaceable from the front. LED module shall be suitable for direct operation on 415V/230V 50 Hz AC.
SHAR/CMD / 2016004604
11
M CABLE TERMINATIONS:
Cable entries and terminals shall be provided in the switch board to suit the number, type and size
of aluminium conductor power cables including provision for future additional cable entries. Necessary
numbers of terminal blocks with sufficient ways for termination of the cables shall be provided in the cable
alleys
Provision shall be made for top / bottom entry of cables as required. Generous size of cabling
chambers shall be provided with the position of cable glands and terminals such that cables can be easily
and safely terminated.
Barriers or shrouds shall be provided to permit safe working at the terminals of one circuit without
accidentally touching that of another live circuit. Cable risers shall be adequately supported to withstand the
effects of rated short circuit currents without damage and without causing secondary faults.
N CONTROL WIRING:
All control wiring shall be carried out with 1100 V grade single core PVC cable conforming to relevant IS
having stranded copper conductors of minimum 2.5 sq.mm section.
Wiring shall be neatly bunched, adequately supported and properly routed to allow easy access and
maintenance.
Wires shall be identified by numbered ferrules at each end. The ferrules shall be of the ring type and of non-
deteriorating material. They shall be firmly located on each wire so as to prevent free movement.
All control circuit fuses shall be mounted in front of the panel and shall be easily accessible.
O TERMINAL BLOCKS AND LABELS:
Terminal blocks shall be of 500 volts grade of the stud type. Insulating barriers shall be provided
between adjacent terminals.
Terminal blocks shall be shrouded. Provisions shall be made for label inscriptions. Labels shall be of
anodised aluminium, with white engraving on black background. The nomenclature for engraving on the
label plates shall be furnished by Department. They shall be properly secured with fasteners. Danger plates
of size and descriptions as recommended in the relevant IS, shall be provided on the PCC.
VIII TESTS TO BE DONE AT FACTORY/WORKS PRIOR TO DESPATCH
The MV panels shall be tested for acceptance/ routine tests as specified in the relevant latest Indian
standards, before despatch in the presence of Department Engineers (CLIP) at the works of the supplier, and
the test certificates shall be furnished in triplicate.
Subject to the clearance from Department after the satisfactory completion of above tests at factory
/ works shall only the panel can be despatched.
SHAR/CMD / 2016004604
12
IX DETAILS OF TESTING AND COMMISSIONING AT SITE:
Supplier shall submit the fabrication drawing to the department for approval. On approval supplier shall
proceed for fabrication. The panel board shall be supplied in properly packed conditions. After ascertaining
that there is no damage to the packing, all the items shall be inspected after unpacking. It shall be ensured
that the panel boards and accessories are in accordance with the requirements as described in the schedule
and drawings. It shall also be ensured that all the components are in good condition and have not suffered
any damage during transit.
The party has to supply necessary drawings / templates if any required for grouting the
foundation bolts.
The following tests shall be conducted on the switch board at site prior to commissioning and
necessary test certificates shall be submitted to the department.
1. Insulation resistance between the phases and individual phases and earth.
2. Earth continuity.
3. All protections and tripping mechanism shall be tested for their proper operation under different
current settings..
4. Operation and functionality tests of ACBs / MCCBs / meters.
Note:
• Supplier is also advised to provide necessary supervisory support at site during installation of panel.
SHAR/CMD / 2016004604
13
X GUARANTEED TECHNICAL PARTICULARS TO BE FURNISHED BY TENDERER
(TENDERS SUBMITTED WITHOUT THIS SHEET DULY FILLED IN ARE LIKELY TO BE REJECTED.)
Sl.No TECHNICAL PARTICULARS INDENT SPECIFICATION
PARTICULARS TO BE
FURNISHED BY
TENDERER
1.0. Panel details Indoor, free standing, 3Phase, 4wire,
415 V Yes / No
1.1 Type of enclosure Indoor Yes / No
1.2. Sheet metal thickness 2mm for cubicle structure Yes / No
1.3 Class of protection IP54 Yes / No
1.4 Metal Treatment before painting Seven Tank Process Yes / No
1.5 Painting process Powder coated, oven dried Yes / No
2.0 Busbars
2.0.1 Bus conductor
High conductivity, 99.9% pure electrolytic
virgin grade copper complying with the
requirements of IS 8130
Yes / No
2.0.2 Grade Electrical grade Yes / No
2.0.3 Area of cross section (Sq.mm) for
different Current ratings
Shall be as mentioned in VI - Schedule of
Quantities Yes / No
2.1 Minimum clearance of bare bus and
connections
2.1.1 Phase to phase ( mm) 25 mm Yes / No
2.1.2 Phase to earth ( mm) 25 mm Yes / No
2.2 Busbars Insulating sleeves / Barriers
2.2.1 Insulating sleeve material Heat shrinkable color sleeves Yes / No
2.2.2 insulating barriers SMC / DMC To be mentioned
2.3 Bus support insulator
2.3.1 Make To be specified To be mentioned
2.3.2 Material SMC/DMC To be mentioned
2.3.3 Voltage class 660 V min. Yes / No
2.3.4
Minimum total creepage distance i)
Ph.to ph. & Ph. To Gnd / Neutral
ii) Neutral to Ground
25 mm
19 mm
Yes / No
3.0 MCCBs ( to be given for each type and
rating)
3.1 Make (Shall be one among the makes
specified under IV of specifications)
Make and Model no. to be specified by
tenderer. To be mentioned
3.2 Confirmation Standard(IS / BS / IEC) To be specified by tenderer To be mentioned
3.3 Type Panel mounting type Yes / No
3.4 Rated operating volt ( V) 415 / 440 Volts Yes / No
3.5 Rated normal current ( A) As per schedule of quantities Yes / No
SHAR/CMD / 2016004604
14
3.6 Breaking capacity As per schedule of quantities
Yes / No
3.7 Rated insulation voltage 660 V min. Yes / No
4.0 ACBs
4.1 Make (Shall be one among the makes specified
under IV of specifications) Make and Model no. to be specified by tenderer. To be mentioned
4.2 Confirmation Standard(IS / BS / IEC) To be specified by tenderer To be mentioned
4.3 Type Panel mounting type Yes / No
4.4 Rated operating volt ( V) 415 / 440 Volts Yes / No
4.5 Rated normal current ( A) As per schedule of quantities Yes / No
4.6 Breaking capacity As per schedule of quantities
Yes / No
4.7 Rated insulation voltage 660 V min. Yes / No
5.0 Current transformer
5.1 Make
Shall be one among the makes specified under IV
of specifications. To be mentioned
5.2 Type As per schedule of quantities Yes / No
5.3 accuracy class Class 1 Yes / No
6.0 Panel meters
6.1 Make Shall be one among the makes specified under IV
of specifications
Make and
Model to be mentioned
6.2 Type As per schedule of quantities Yes / No
7.0 Control wiring
7.1 Type FR PVC Copper Multi stranded Yes / No
7.2 Size of wire 1.5sq.mm for voltage circuits and 2.5 sq.mm for
current circuits. Yes / No
7.3 Insulation 1100 V Yes / No
7.4 List of catalogues in respect of switchgears and
meters. To be enclosed Yes / No
7.5 Acceptance for Tests As per S.No. VIII and IX of specifications Yes / No
8.0 Acceptance for Part Order
Dept. reserves the right to place order in part (on
few panels) or in full quantity (all panels) which
may please be noted and acceptance shall be
conveyed.
Accepted / Not Accepted
9.0 Confirmation of Panel Builder
The tenderer shall furnish the name of the panel
builder where the panels will be fabricated. The
panel builder shall be chosen from among the list
of approved panel builders as in XVIII. Acceptance
letter from panel builder to fabricate the panels
for the subject work shall be enclosed.
Details of Panel builder
along with acceptance
letter from the panel
builder to be enclosed.
10.0 LIST OF DEVIATIONS IF ANY TENDERERS may Please specify all deviations (if
any) against our indented specifications. Attach
separate sheet if required.
Signature and Seal of Tenderer
SHAR/CMD / 2016004604
15
XI SPECIAL TERMS AND CONDITIONS
01. All test facilities required shall be provided for the tests prescribed in the schedule by the party without any
additional cost at their factory . The tests shall be carried out in the presence of our CLIP inspection team before
despatch from their works
02. On receipt of Purchase Order the agency shall be submitting the following drawings for approval before
manufacturing :
i) General arrangement and schematic drawings
ii) Foundation drawings
iii) Control wiring drawings
03. The scope of work shall include delivery of the panels and their accessories to SDSC SHAR, Sriharikota
with utmost care in handling. Also MV panels are to be unloaded at the site around 15 KMs from the
main entry gate-1 of SDSC, SHAR, Sriharikota. Material Handling Equipment for unloading the panels
shall be provided, based on the then availability, on chargeable basis.
04. The MV panels and switchgears shall be guaranteed for a period of 12 months from the date of
commissioning against manufacturing defects . The supplier shall repair / replace the damaged
equipment without any extra cost during the guarantee period.
05. Bank guarantee to the tune of 10% of the value of panels shall be produced. Which will be released only
after the period of 12 months from the date of commissioning provided there are no claims from the
department.
06. Details required for installation viz., providing MS channels / foundation bolts shall be furnished on
receipt of PO.
07. The supplier shall provide three complete sets of operation and maintenance manuals and test
certificates for the operation and maintenance purpose of the department.
08. MV Panel cubical keys, Handles, interlock keys, manuals and drawings of sufficient no’s are to be handed
over to department during supply.
09. The department shall reserve the right to accept / reject any part of work, which is not acceptable as
healthy engineering practice of carrying out such work as the case may be. In case of any failure to carry
out the scope of work in time as per the instruction of department, the work shall be carried out / got
done by the department at the cost and risk of the agency and the entire amount with supervision
charges shall be recovered from the agency.
SHAR/CMD / 2016004604
16
XII NOTE TO SUPPLIER:
1. Testing and commissioning of MV Panels as per the guidelines given separately. The brief scope is as
follows.
Supply Unloading Installation
Testing &
commissioning
MV
Panels
Supplier Supplier
Installation shall be
under the scope of the
Department. However,
supplier shall provide
necessary supervisory
support during
installation.
Supplier
2. The panels shall undergo seven tank process system for metal surface treatment for metal
treatment prior to painting.
3. All bus bars shall be provided with heat shrinkable sleeves.
4. All the GI strips, bolts, nuts to be used in the panel shall be of hot dip galvanised with 50 micron
thick zinc coating.
5. The party shall agree for inspection by Department Engineers which will be mentioned in Purchase
Order.
6. All the panels should be guaranteed for 12 months from the date of installation against all
manufacturing defects.
7. The Instrument Transformers, Relays etc shall conform to respective IS
specification with latest amendments:
a) General requirement of circuit breakers: IS 13118
b) Current Transformers : IS 2705
8. General arrangement drawings of the MV Panels with all details such as the makes of CTs, Meters
etc shall be submitted to the department and prior approval shall be obtained from the department
before taking up the fabrication works of the panels.
9. All the Equipment associated instruments and meters etc. supplied shall be guaranteed for a period
of 12 months from the date of commissioning whichever is earlier. Defects if any noticed during this
period shall be attended by the supplier including replacement of defective materials / equipment
at free of cost.
SHAR/CMD / 2016004604
17
XIII REALISATION SCHEDULE:
SCHEDULE FLOWCHART
PO release
(A)
Submission of all
drawings (B)
Approval of Drawings by
Department (C)
Manufacturing /
Integration (D)
Intimation of readiness
(E)
Inspection at works
(F)
Delivery to site
(G)
Installation by Dept. (H)
Testing &
Commissioning
(J)
Intimation of Readiness
for Testing &
Commissioning by
Dept. (I)
SHAR/CMD / 2016004604
18
The following delivery schedule is to be duly filled by the supplier and submitted along with the
technical bid:
S.NO ACTIVITY NO OF DAYS REQUIRED (to be
filled by the supplier)
1. PO Date (A)
2. Submission of all drawings on receipt of PO (B) A + ‘x’ days
3. Approval of drawings by the Department (C)
4. Manufacturing on approval of drawings. ( D ) C + ‘x’ days
5. Intimation of readiness of Panel Boards for inspection. (E) D + ‘x’ days
6. Inspection at works. (F)
7. Delivery of Panel boards on clearance for dispatch by
Dept. inspecting engineers (G)
F + ‘x’ days
8. Installation by Dept. (H)
9. Intimation of readiness for Testing & Commissioning by
the Department (I)
10. Testing & Commissioning (J) I + ‘x’ days
Total Realisation Schedule
SHAR/CMD / 2016004604
19
IV CHECKLIST:
S.NO DESCRIPTION SUPPLIER’S
CONFIRMATION 1. Detailed Technical Specifications, Signed & Enclosed. Yes / No
2. Filling and furnishing GTP Yes / No
3. Acceptance for all commercial terms, Signed & Enclosed Yes / No
4. Catalogues in respect of switchgears and Meters Enclosed Yes / No
5. Details of Panel Builder and acceptance letter from the builder Enclosed / Not Enclosed
Deviations if any: Acceptance of the supplier:____________________________
(Supplier to sign and send along with their offer)
AIR CIIRCUIT BREAKER
DESIGNATION NO
CAPACITY / SHORT
CIRCUIT RATING / NO. OF
POLES
NO OF SUCH
BREAKERS
REQUIRED
XV. DRWG. NO: 01 / SHAR / CMD / 2016004604
MAIN LT PANEL
1
6 7 8 10 119 1615141312
32
54
AIR CIECUIT BREAKER
DESIGNATION NO
CAPACITY / SHORT
CIRCUIT RATING / NO. OF
POLES
NO OF SUCH
BREAKERS REQUIRED
POLES REQUIRED
1 4000A, 4P, 80kA 1
2 4000A, 4P, 80kA 1
3 4000A, 4P, 80kA 1
4 4000A, 4P, 80kA 1
5 4000A, 4P, 80kA 1
6 800A, 3P, 50kA 1
7 1000A, 3P, 50kA 2
8 1250A, 3P, 50kA 1
POLES
9 2500A, 3P, 65kA 2
10 800A, 3P, 50kA 1
11 1000A, 3P, 50kA 1
12 2500A, 3P, 65kA 2
13 800A, 3P, 50kA 1
14 1000A, 3P, 50kA 1
15 1250A, 3P, 50kA 1
16 2500A, 3P, 65kA 2
AIR CIIRCUIT BREAKER
DESIGNATION NO
CAPACITY / SHORT CIRCUIT
RATING / NO. OF POLES
NO OF SUCH BREAKERS
REQUIRED
XVI. DRWG. NO: 02 / SHAR / CMD / 2016004604
DG MAIN PANEL
1
54 6 97 8
2
3
1 2500A, 4P, 65kA 1
2 2500A, 4P, 65kA 1
3 2500A, 4P, 65kA 1
4 2500A, 3P, 65kA 1
5 2500A, 3P, 65kA 1
6 2500A, 3P, 65kA 1
7 2500A, 3P, 65kA 1
8 2500A, 3P, 65kA 1
9 2500A, 3P, 65kA 1
. XVII. DRWG. NO: 03 / SHAR / CMD / 2016004604
DOUBLE BUS BAR CHANGE OVER PANEL
1
4 5 7 108 1716141311
32
6 9 12 15 18
CHANGE OVER
ARRANGEMENT
CONSTITUTING BREAKERS & RATINGS NO OF SUCH
ARRANGEMENTS
REQUIRED
I 4,5,6 EACH 250A, 4P, 36kA MCCB 6
II 7,8,9 EACH 400A, 4P, 36kA MCCB 1
III 10,11,12 EACH 630A, 4P, 50kA MCCB 1
IV 13,14,15 EACH 1000A, 4P, 65kA ACB 2
V 16,17,18 EACH 2000A, 4P, 65kA ACB 2
BREAKER
DESIGNATION NO
CAPACITY / SHORT
CIRCUIT RATING / NO.
OF POLES
NO OF SUCH
BREAKERS REQUIRED
1 2500A, 4P, 65kA ACB 1
2 2500A, 4P, 65kA ACB 1
3 2500A, 4P, 65kA ACB 1
NOTE: Both Mechanical and Electrical Interlocking shall be provided
between the breakers 1 and 2, such that ONLY ONE breaker can be ON AT
ANY TIME.
NOTE: 1. Both Mechanical and Electrical Interlocking shall be provided
between the incoming breakers for each change over arrangement.
Example: In change over arrangement I, interlocking shall be between
breakers 4 and 5 such that ONLY ONE breaker can be ON AT ANY TIME.
2. Interlocks for EACH and EVERY Change Over Arrangement shall be
UNIQUE.
S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR
Page Destination: Tender Header Format Type : Normal
. :
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTRE
PURCHASE DIVISION
Tele No.08623-225023/225174/225127
Fax No.08623-225170/22-5028
e-Mail ID : [email protected], [email protected], [email protected]
STANDARD TERMS & CONDITIONS
1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION /
DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE
CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.
2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE
THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN
THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE.
In case of two-part tenders, parties shall submit their offers as follows:-
1) Part-I – Techno-commercial Bid
(No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid)
2) Part-II – Price Bid
In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected.
3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which
future enquiries will not be sent.
4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part
tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered
for evaluation.
5.Excise Duty - SDSC-SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated 16.03.1995 as amended by
Notification No. 15/2007 dated 01.03.2007 and as amended by Notification No. 07/2008 dated 01.03.2008 and necessary Exemption
Certificate will be provided. No claim, whatsoever, for payment of Excise Duty or Cenvat reversal will be allowed later. The suppliers have
to take this into account while submitting quotations.
Excise Duty Exemption Certificte will be issued only to finished product as per the PO/Contract. EDEC shall not be issued in favour of third
parties for raw materials, other components that go in to the manufacture of the end product.
Excise Duty Exemption Certificate will be issued in favour of original equipment manufacturer provided (i) the tender has been received
from the sole selling agent of OEM concerned (for which documentary proof shall be produced) and (ii) a request for issue of Excise Duty
Exemption Certificate was made in the original offer itself.
6.CST - With effect from 01.04.2007, Form-D has been withdrawn for Inter-State purchases by Government Departments. Now the
percentage of CST on the Inter-State sales to Government Departments shall be the percentage of VAT/State Sales Tax as applicable in
the State of the Seller/Dealer. Accordingly, the suppliers have to indicate clearly the % (full rate of tax) of CST applicable against each
item in their offers.
7.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 12/2012 dated 17.03.2012. This
may be taken into account while quoting for import items, if any.
In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately,
with Customs Duty component and terms and conditions thereto.
8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be
furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as
per the Prime Lending Rate of RBI plus 2% penal interest.
Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost
for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like
NPV will be adopted for evaluating the offers.
9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if
the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof
subject to a maximum of 10% of total order value.
10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank
Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.
11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party
shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till
completion of the contract period plus sixty days towards claim period for faithful execution of the contract.
12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the
Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty
days as claim period.
13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries
and offers with delivery beyond the period will be treated as unresponsive.
14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.
15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders.
16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit,
Liquidated damages are liable for disqualification.
17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and
commissioning.
18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro,
Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who
would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their
claim along with tender itself.
19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be
disclosed to any third party.
20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS
The Tenderer should submit the following documents/information while quoting:-
a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be
rendered by the Indian Agent.
b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual
interest in the business.
c)Registration and item empanelment of the Indian Agent.
d)Agency Commission will be paid only Indian Currency.
e)Compliance of the tax laws by the Indian Agent.
21. High Sea Sales- Against High Sea Sale transactions:
a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the
responsibility of the supplier and at his cost and risk.
b.100% payment will be made within 30 days after receipt and acceptance of the items at our site.
c.Sales Tax is not applicable
d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.
e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed
and issued by SDSC-SHAR.
22.The following information/ documents are to be submitted wherever applicable.
1.Product Literature
2.Core banking account number of SBI, RTGS Details
3.PAN No. in quotation and invoices
4.Excise Duty, VAT, Service Tax Registration details.
5.In case of MSME, registration details / documents from Competent Authority.
23.EXCLUSION OF TENDERS
The following tenders shall be summarily rejected from the procurement process
a.Tenders received from vendors who have not qualified in terms of their registration.
b.Tenders received against publishing of a limited tender in the CPP portal.
c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings.
d.Unsolicited tenders from vendors.
e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.
f.The tenders which are not accompanied by the prescribed Earnest Money Deposit.
g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages.
h.The validity of the tenders is shorter than the period specified in the tender enquiry.
i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the
Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process.
j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair
competition.
k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit
their tenders simultaneously for the same item/product in the same tender).
l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender
for the same item/product.
m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.