भारत सरकार/government of india · 2015-01-12 · a/ sq. running feet for 1 sec...
TRANSCRIPT
िन वदा सूचना सं./TENDER NOTICE NO.05/2014-15 भारत के रा पित क ओर स,े व. य एवं भ डार अिधकार , इ ैक, बगलरू, िन निल खत मद क आपिूत के िलए महुरबदं िन वदा आंम त करते ह:
For and on behalf of the President of India, Senior Purchase and Stores Officer, ISTRAC, Bangalore, invites Sealed Tenders for the supply of the following items:-
म स/ं Sl. No.
िन वदा स/ं Tender No.
मद का ववरण/ Description of Items
मा ा/ Qty.
िन वदा शु क (वैट स हत) अ ितदेय या अह तांतरणीय/ Tender Fee (including VAT)
Non refundable or Non transferable
बयाना जमा रािश
Earnest Money Deposit
मोहरबदं दर सचूी क ाि क आ खर
तार ख(देय दनाकं व समय)/
Last date for receipt of Sealed quotations (DUE DATE & TIME)
िन वदा खोलने का दनांक एव ंसमय/ Tender opening date and time
01 TRGS 2014000191-01 (SINGLE PART)
LT Cables : 1.1 KV Grade, 3.5 Core as per detailed specifications enclosed
6140 Mtrs.
Rs.229/-
Nil 05/01/2015 3.00 PM (IST)
06/01/2015 10.30 AM (IST)
02 TRGS 2014000203-01 (TWO PART)
DG Sets – Supply, Installation, Testing & Commissioning of 200KVA DG Set including AMF Panel. Specifications and Complete detailed Annexure is enclosed.
02 Nos.
Rs.229/- Nil 05/01/2015 3.00 PM (IST)
06/01/2015 10.30 AM (IST)
03 TRGS 2014000245-01 (TWO PART)
Supply, Installation Testing & Commissioning of 380 KVA DG Set with AMF Control Module at ILF, ISTRAC as per Technical Specification and Make list is enclosed
01 No. Rs.229/-
Rs.1,00,000/-
05/01/2015 3.00 PM (IST)
06/01/2015 10.30 AM (IST)
उपयु मद के संबधं म व ततृ विनदशन, िनबंधन एवं शत िन वदा द तावेज म उपल ध है। Detailed Specifications, Terms & Conditions are available in the Tender documents in respect of the above items. िन वदा द तावेज इसरो वेबसाइट www.isro.gov.in म उपल ध है। इ छुक िन वदाकता अपने वक प पर वबेसाइट से िन वदा द तावेज को डाऊनलोड कर सकते ह और िन वदा अिधसूचना म दए गए ववरण के अनुसार िनधा रत लागत (मॉग ॉ ट के प म) के साथ अपना ताव ततु कर सकते ह।
Tender documents are available on ISRO website, www.isro.gov.in Interested tenderers may, at their own option, download the tender documents from the website and submit their offers along with the prescribed tender cost (in the form of Demand draft) as per details in the tender notification.
Sd/- दनांक /Date: 04.12.2014 व. य एवं भ डार अिधकार / Sr. Purchase & Stores Officer
भारत सरकार/GOVERNMENT OF INDIA अतं र वभाग/DEPARTMENT OF SPACE
इसरो दरूिमित अनुवतन तथा आदेश सचंारजाल (इ ैक) ISRO TELEMETRY TRACKING AND COMMAND NETWORK (ISTRAC)
लाट स/ंPlot No. 12 एव/ं& 13, 3rd मेन/Main, 2nd फेज/Phase पी या औ ोिगक े /PEENYA INDUSTRIAL AREA, बगलरू/BANGALORE –560 058
GOVERNMENT OF INDIA DEPARTMENT OF SPACE
ISRO TELEMETRY TRACKING AND COMMAND NETWORK (ISTRAC) BANGALORE-58
PURCHASE DIVISION Telephone : 080-2837 6383 / 2809 4555 Plot No. 12 & 13, 3rd Main, 2nd Phase Fax : 080-2809 4061 Peenya Industrial Area Grams : ISTRAC Bangalore - 560 058 INDIA E Mail : [email protected] Our Ref.: TRGS 2014000191-01 Date: 04.12.2014 (SINGLE PART)
(To be quoted in all correspondence) Invitation to Tender
To, Dear Sirs,
Please submit your sealed quotation, in the Tender Form enclosed here along with the description catalogues / pamphlets / literature, superscribed with Our Ref. No. and Due date for the supply of the following items as per the terms & conditions mentioned in Annexure (enclosed). Please ensure that your quotation reaches this office not later than 05/01/2015 at 1500 hrs.
Sl. No. Description Quantity
Required I LT Cables : 1.1 KV Grade, 3.5 Core as per detailed specifications enclosed
1. Tender Notice + Tender Form -- 03 Pages 2. Specifications -- 02 Pages 3. Additional Points -- 01 Page 4. Important Instructions to Tenderers (Indigenous Stores) -- 01 Page 5. Instructions to Tenderers FORM NO.003 -- 05 Page 6. Tenders shall be opened in the presence of attending Tenderers or their authorized representatives on 06/01/2015 at 10.30 Hrs at ISTRAC, Plot No.12 & 13, 3rd Main, 2nd Phase, Peenya Industrial Area, Bangalore – 560 058. 7. The tender fee of Rs.229/- towards Tender Document in the form of DD drawn in favour of Accounts Officer, ISTRAC, Bangalore-560058 obtained from Nationalised Bank, payable at
Bangalore should be enclosed along with the quotation. Money order, Cash or Cheque will not be accepted. The date of demand draft should not be prior to the date of this advertisement / website intimation.
(Total pages: 12)
6140 mtrs.
Delivery at : ILF, LUCKNOW Delivery Required: Earliest
Yours faithfully,
(C S BASAVANNA) Sr. Purchase & Stores Officer
For and on behalf of the President of India (The Purchaser)
TENDER FORM
From: Tender No. TRGS 2014000191-01
Due on 05/01/2015 upto 3.00 PM Purchase & Stores Officer (PURCHASE) Tenderer’s Ref.: Dear Sir, I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold the offer open till …………………………. I/We shall be bound to supply the stores hereby offered upon the issue of the Purchase Order/Contract/Agreement communicating the acceptance thereof on or before the expiry of the last mentioned date. You are liberty to accept any one of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We notwithstanding that the offer in this tender has not been accepted in whole shall be bound to supply to you such items and such portions of one or more of the items as may be specified in said Purchase Order communicating the acceptance. Sl. No. Description Unit Qty. Unit Rate Delivery Date (Note: All the rates should be given both in figures and words) Place at which delivery is required ILF, LUCKNOW Delivery Period As per invitation to tender Date by which the supplies are required I/We have understood the terms of the tender annexed to the invitation to tender and have thoroughly examined the specification drawing and or pattern quoted referred to herein and are fully aware of the stores required and my/our offer is to supply to the stores strictly in accordance with the requirements subject to the terms and conditions contained in the Purchase Order /Contract/Agreement communicating the acceptance of this tender either in whole or in part. Signature of Tenderer Date Phone No.
Ref.No.TRGS 2014000191-01
Detailed specification of power cables
1100Volts grade 3.5 core x 300 sq.mm LT cable with H2/H4 grade aluminium
conductor, XLPE insulated, colour coded, laid up, with fillers and/ or binder tape
where necessary provided with extruded PVC inner sheath, single galvanized round
steel wire/strip armoured and provided with PVC outer sheath. Both inner and outer
sheath shall be of ST-2 as per IS: 5831-1984 and cable shall be confirming to IS:
7098 (part-I) - 1988 amended upto date and bearing ISI mark. Bedding of PVC tape
for inner sheath is not acceptable. Colour of outer sheath shall be black. Non-
erasable Sequential Marking of length shall be provided by embossing on
outer sheath of the cable for each meter length. Continuous a.c. current capacity
shall be 370 amps when laid direct in the ground at 30ºC and 410amp when laid in
air at 40ºC. Short circuit current withstand capacity of LT XLPE cable shall be 28.20
A/ sq. running feet for 1 sec duration. All the type tests in accordance with IS: 7098
(Part 1) - 1988 (amended upto date) shall be submitted in the techno-commercial
bid. All the Routine tests as per IS: 7098 (Part 1) - 1988 amended upto date shall be
carried out on each and every delivery length of cable. The result should be given in
test report along with delivery. Acceptance tests as per IS-7098 (Part-I) 1988 as
amended upto date shall be carried out on sample taken from the delivery lot in the
presence of department’s representative. Cables shall be supplied in continuous
standard length of 500 meters with plus minus 5% ( five percent ) tolerance wound
on non-returnable wooden drums of good quality or on non-returnable steel drums
without any extra cost to the department. The following particulars shall be properly
legible embossed on the cable sheath at the intervals of not exceeding one meter
throughout the length of the cable. The cables with poor and illegible embossing
shall be liable for rejection.
a) Manufactures name.
b) Voltage grade.
c) Year of manufacture.
d) Successive Length.
e) Size of cable
f) ISI mark
Packing and marking shall be as per clause No. 18 of IS 7098 (part I)/1988 amended up to date.
LIST OF STANDARDS (All amended upto date) is indicated below. Cable supplier shall confirm to these standards of their offered cables
Sr.no Standard no Title 1 IS: 7098( Part 1 )-1988 Specification for XLPE insulated, PVC
sheathed cables for working voltages upto and including 1100 Volts.
2 IS : 5831-1984 Specification for PVC insulation and sheath of electric cables.
3 IS: 8130-1984 Specification for conductors for insulated electric cables and flexible cords.
4 IS: 3975-1988 Specification for Mild Steel wires, formed wires and tapes for armouring of cables.
5 IS: 10462 ( Part I ) – 1983
Fictitious calculation method for determination of dimensions of protective covering of cables.
Approved Make :
Hindustan Vidyuth Products Limtied (HVPL), Gloster, INCAB, Polycab, Universal, Finolex, CCI, RPG, Torrent, Nicco, Havells, KEI Industries, Ralligson.
(C S BASAVANNA) Sr. Purchase & Stores Officer
The following Additional points shall be noted while making request for tender documents: 1. Separate request shall be made for tender document indicating tender number and item together with
prescribed tender fee to the Senior Purchase and Stores Officer, ISRO Telemetry Tracking and Command Network (ISTRAC), Plot No.12 & 13, 3rd Main, 2nd Phase, Peenya Industrial Area, Bangalore-560 058 only. The envelopes containing such request shall indicate “Request for Tender Document" only and 'Tender Number and due date should not be mentioned on the envelope.
2. The tender fees should be in the form of crossed demand draft from any Nationalised Bank, payable at Bangalore in favour of Accounts Officer, ISTRAC, Peenya, Bangalore-560 058. Money Order, Cash or Cheque will not be accepted. The date of demand draft should not be prior to the date of this advertisement/website intimation.
3. Tenderers should bring authorisation letter/identification while attending opening of the tenders. 4. In the event of any date indicated in the tender is a declared holiday, the next working day shall
become operative for the respective purpose mentioned therein. 5. Late/Delayed offers will not be accepted and will summarily be rejected. 6. ISTRAC, Bangalore will not be responsible for any delay/loss of documents in transit. 7. Right to accept or reject any quotation in full or part thereof without assigning any reason whatsoever is
reserved. 8. Indian agents while Quoting on behalf of their principals shall provide necessary authorization letter
from their principals. It may be noted that an Indian agent cannot submit two or more quotations on behalf of two or more different foreign principals for each tender. If submitted all offers will be rejected.
Please note that in case DD towards cost of Tender Documents is not enclosed with the quotation, your quotation is liable for rejection.
* * * * * *
1
IMPORTANT INSTRUCTIONS - TO TENDERERS (INDIGENOUS STORES)
PLEASE COMPLY THIS (WITHOUT FAIL) FOR SPEEDY CONSIDERATION / DECISION OF YOUR OFFER
1. PLEASE QUOTE ACCORDING TO THE UNITS INDICATED IN THE ‘INVITATION TO TENDER’, ONLY FOR
SPEEDY EVALUATION.
2. PLEASE QUOTE FIRM PRICE FOR DELIVERY AT OUR SITE/F.O.R DESTINATION BASIS (INCLUDING PACKING AND FORWARDING) I.E., PURCHASE & STORES OFFICER (STORES), ISTRAC, PLOT NO. 12 & 13, 3RD MAIN, 2ND PHASE, PEENYA INDUSTRIAL AREA, BANGALORE - 560 058.
3. OUR BEING GOVERNMENT OF INDIA ORGANISATION, OUR PAYMENT TERMS ARE ONLY ‘FULL PAYMENT WITHIN 30 DAYS’ AFTER ACCEPTANCE AT OUR SITE. PLEASE QUOTE ACCORDINGLY. OTHER TERMS AND PAYMENT MAY BE CONSIDERED ONLY IF SUITABLE CASH DISCOUNTS FOR “AGAINST DELIVERY BY ISTRAC STORES” (NOT THROUGH BANK) ARE OFFERED.
4. VALIDITY OF YOUR OFFER SHOULD BE ATLEAST 120 DAYS FROM THE DATE OF OPENING.
5. PERCENTAGE OF SALES TAX AND EXCISE DUTY (FOR GENERAL ITEMS) IF ANY, SHOULD BE SHOWN SEPARATELY AND CLEARLY IN YOUR QUOTATION. PLEASE AVOID THE TERM, ‘TAX/EXCISE DUTY AS APPLICABLE’. ALSO WHEREVER E.D. EXEMPTIONS BASED ON CERTIFICATES (FOR OUR R&D USE) ARE PROVIDED BY ISTRAC (IF AND WHEN AN ORDER IS FINALISED) IN TERMS OF EXCISE NOTIFICATION NO. 10/97 DATED 1.3.1997, YOU SHALL NOT CHARGE SUCH E.D. AND SUPPLY (WHEN ORDERED) HAS TO BE AFFECTED AS PER ORDERED PRICE ONLY.
6. PLEASE SPECIFY THE ‘MAKE’ OR ‘BRAND NAME’ OF THE ITEM OFFERED WHILE QUOTING.
7. PLEASE REFER ENCLOSED TENDER TERMS / INSTRUCTIONS TO TENDERERS AND TERMS AND CONDITIONS FOR FURTHER DETAILS.
8. PLEASE INDICATE YOUR VAT – TIN NUMBER IN YOUR QUOTATION.
2
FORM NO.P003
INSTRUCTIONS TO TENDERERS
1. Tenders should be sent in sealed envelopes superscribing the relevant Tender No. and the due date of opening. Only one tender should be sent in each envelope.
2. Late / delayed tender will not be considered. 3. Sales Tax and / or other duties / levies where legally leviable and intended to be claimed should be distinctly shown
separately in the tender. 4. As a Government of India Department, this office is exempted from the payment of octroi and similar local levies, Tenderers
shall ensure that necessary exemption certificates are obtained by them from the Purchase & Stores Officer (Purchase) concerned to avoid any payment of such levies.
5. (a) Your quotation should be valid for 120 days from the date of opening of the tender. (b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in
terms of units other than those specified in the tender form relationship between the two sets of units must be furnished. 6. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at
site. 7. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be
furnished along with the offer. (b) Samples, if called for, should be submitted free of all charges by the tenderer and Purchaser shall not be responsible for any
loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expenses.
(c) Approximate net and gross weight of the items offered shall be indicated in your offer, if dimensional details are available, the same should also be indicated in your offer.
(d) Specifications: Stores offered should strictly conform to our specifications. Deviation, if any, should be clearly indicated by the tenderer in their quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and sample, whatever necessary along with the quotation. Test certificates wherever necessary should be forwarded along with supplies. Whenever options are called for in your specification, the tenderer, should address all such options, wherever specifically mentioned by us. The tenderer could suggest changes to specifications with appropriate justification in response for the same.
8. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right to acceptance of the whole or part of the tender or portion of the quantity offered and tenderer shall supply the same at the rates quoted.
9. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail.
10. The tenderer should supply along with his tender the name of his bankers as well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.
11. The Purchaser reserves the right to place order on the successful tenderers for additional quantity upto 25% of the quantity offered by them at the rates quoted.
12. The authority of the person signing the tender, if called for, should be produced. 13. The purchaser reserves the options to give price preference to the offers from the public sector units etc. over those from
other firms, in accordance with the policies of the Govt. from time to time. 14. For outstation supplies, the consignments shall be despatched by the Supplier through the reliable & reputed transporters
who are recognised by Bankers Association, on Door Delivery basis.
3
Compliance Statement required to be filled by the Vendor and submitted along with
the Quotation (in case of Single Part)/Technical Bid (in case of Dual Part) TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
1. Definitions: a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns. b) The terms ‘Contractor’ shall mean the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor’s Successors, representatives, heirs, executors and administrators unless excluded by the Contract. c) The ‘Stores’ shall mean, what Contractor agrees to supply under the contract as specified in the Purchase Order including erection of plants and machinery and subsequent testing, should such a condition be included in the Purchase Order. d) The term ‘Purchase Order’ shall mean, the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.
2. Prices: Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variations.
3. Security Deposit: On acceptance of tender, the contractor shall, at the option of the Purchaser and within the period specified by him deposit with him, in case or in any other form as the purchaser may determine, Security deposit not exceeding ten percent of the value of the contract as the purchaser shall specify. If the contractor is called upon by the purchaser to deposit ‘Security’ and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the contract and the purchaser shall be entitled to make other arrangements for the re-purchase of the stores contracted for at the risk of the contractor in terms of Sub-Clause (II) and (III) of clause 10 (b) here-of and or to recover from the contractor damages arising from such cancellation.
4. Guarantee & Replacement: a) The contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance. b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use arising from faulty stores, designs or workmanship, contractor shall rectify such defects at his own cost provided he is called upon to do so within a period of14 months from the date of acceptance thereof by the Purchaser who shall state in writing in that respect the stores or any part thereof are faulty. c) If in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the contractor of such defect is given by the purchaser in this regard within the said period of 14 months from the date of acceptance thereof. d) Should be the contractor fail to rectify the defects the Purchaser shall have the right to reject or replace at the cost of the Contractor the whole or any portion of the defective stores. e) The decision of the purchaser, not withstanding any prior approval or acceptance or inspection thereof on behalf of the purchaser, as to whether or not the stores supplied by the contractor are defective or any defects have developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement shall be final, exclusive, and binding on the contractor. f) Performance Bank Guarantee : To fulfill guarantee conditions outlines in Clause 4 (a) to (e) above, the contractor shall at the option of the purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the purchaser for an amount equivalent to 10% of value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.
4
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
5. Packing forwarding & Insurance: The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of package shall be done by and at the expense of the Contractor. The Purchaser will no pay for (will not pay separately for transit insurance) all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition, in accordance with contract.
6. Despatches: The Contractor is responsible for obtaining a clear receipt from the transport authorities specifying the goods despatched. The Consignment should be despatched with clear Railway Receipt / Lorry Receipt. If sent in any other mode it is at the risk of the Contractor, Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on ‘said to contain’ basis. Purchaser pay for only such stores as are actually received by them in accordance with the contract.
7. Test Certificate: Wherever required, test certificate should be sent alongwith the despatch documents.
8. Acceptance of Stores: a) The stores shall be offered by the contractor for inspection at such places as may be specified by the Purchaser at the Contractor’s own risk, expense and cost. b) It is expressly agreed that the acceptance of the Stores are further subjected to final approval by the Purchaser, whose decision shall be final. c) If in the opinion of the Purchase that all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor. d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the Purchaser shall be at liberty, with or without notice to the contractor to Purchase in the open market at the expense of the Contractor, stores meeting the necessary performance and quality contracted for in place of those rejected, provided that either the Purchaser, or the agreement to purchase, from the another supplier is made within six months from the date of rejection of the stores as aforesaid.
9. Rejected Stores: Rejected Stores will remain at destination at the contractor’s risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the purchaser or his representative has at his discretion the right to scrap or sell or consign the rejected stores to Contractor’s address at the Contractor’s entire risk and expense freight being payable by the Contractor at actuals.
5
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
10. Delivery: a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the contract, and delivery must be completed on or before the specified dates. b) Should the Contractor fails to deliver the stores of any consignment thereof within the period prescribed of such delivery, the purchaser shall be entitled at his own option either. i) To recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of 2% of the price of any stores which the Contractor has failed to deliver as aforesaid, for each month or part of a month, during which the delivery of such stores may be in arrears, or; ii) To purchase elsewhere, without notice to the contractor on the account and at the risk of the contractor the stores not delivered or others of similar description (where others exactly complying with particulars are not, in the opinion of the purchaser readily procurable such opinion being final) without cancelling the contract in respect of the consignment (s) not yet due for delivery, or iii) To cancel the contract or portion thereof, and if so desired to purchase or authorise of stores not so
delivered or others of similar description (where others exactly complying with the particulars are not, in the opinion of the readily procurable; such opinion final) at the risk and cost of Contractor. In the event of action being taken under sub-clause (ii) & (iii) of clause 10 above the Contractor shall be liable for any loss which the purchaser may sustain on that account, provided that the repurchase, or if there is an agreement to repurchase then such agreement is made within six months from the date of such failure. But the contractor shall not be entitled to any gain on such repurchase made against default. The manner and method of such repurchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such repurchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages for breach of contract by the Contractor.
11. Extension of time: As soon as it is apparent that contract dates cannot be adhered to, an application shall be sent by the Contractor to the Purchaser. If failure on the part of the Contractor to deliver the stores in proper times shall have arisen from any cause which the Purchaser may admit as responsible ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considered it to be justified by circumstances of the case without prejudice to the Purchaser’s rights to recover liquidated damages under clause 10 here-of.
12. Erection of Plant & Machinery: Wherever erection of a Plant or Machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The contractor shall however, not be entitled to any gain due to such an action by the Purchaser.
13. Payment: Contractor’s bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.
14. Mode of Payment: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.
6
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
15. Recovery of sums due: Whenever any claim for the payment of whether liquidated or not, moneys arises out of or under this contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been taken from the contractor, then the balance or the total sum recoverable, as the case may be shall be deducted from any such then due or which at any time thereafter may become due to the Contractor under this or any other contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the contractor shall pay to the Purchaser on demand the remaining balance due. Similarly if the Purchaser has or makes any claims, whether liquidated or not, against the contractor under any other contract with the Purchaser, the payment of all moneys payable under the contract to the contractor including the security deposit shall be with-held till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor.
16. Indemnity: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this contract are free and clean of infringement of any Patent, copyright or trade mark, and shall at all times indemnify the Purchaser against all claims which may be made in respect of the stores or infringement of any right protected by patent, Registration or design or Trade Mark and shall take all risk of accidents of damage which may cause a failure of the supply from whatever cause arising and entire responsibility for sufficiency of all the means used by him for the fulfillment of the Contract.
17. Arbitration:
In the event of any question, dispute or difference arising under these conditions contained in the Purchase Order in connection with this contract, (except as to any matters the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Head of Office or of some other person appointed by him. It will be no objection that the arbitrator is a Government servant, that he had to deal with matter to which the contract relates or that in the course of his duties as a Government servant he has expressed views on all or any or any of the matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this contract.
a) If the arbitrator be the Head of Office (i) in the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor - in office either to proceed with the reference himself, or to appoint another person as arbitrator, or (ii) in the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of Office to appoint another person as arbitrator, or,
b) If the arbitrator be a person appointed by the Head of Office: In the event of his dying, neglecting or refusing to act, or resigning or being unable to act, for any reason, it shall be lawful for the Head of Office either to proceed with the reference himself or to appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid, “The Arbitration and Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof or the time being in force shall be deemed to apply the arbitration proceedings under this clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible continue during Arbitration Proceedings.
18. Counter Terms and Conditions of Supplies:
Where counter terms and conditions/printed cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.
19. Security for Purchaser’s Materials:
Successful tenderer will have to furnish in the form of a bank guarantee or in and other form as called for by the purchaser towards adequate security for the materials/property provided by the purchaser for the due execution of the contract.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE
ISRO TELEMETRY TRACKING AND COMMAND NETWORK (ISTRAC) BANGALORE-58
PURCHASE DIVISION Telephone : 080-2837 6383 / 2809 4555 Plot No. 12 & 13, 3rd Main, 2nd Phase Fax : 080-2809 4061 Peenya Industrial Area Grams : ISTRAC Bangalore - 560 058 INDIA E Mail : [email protected] Our Ref.: TRGS 2014000203-01 Date: 04.12.2014 (DUAL PART)
(To be quoted in all correspondence) Invitation to Tender
To, Dear Sirs,
Please submit your sealed quotation, in the Tender Form enclosed here along with the description catalogues / pamphlets / literature, superscribed with Our Ref. No. and Due date for the supply of the following items as per the terms & conditions mentioned in Annexure (enclosed). Please ensure that your quotation reaches this office not later than 05/01/2015 at 1500 hrs.
Sl. No. Description Quantity
Required I DG Sets : Supply, Installation, Testing & Commissioning of 200KVA DG Set including AMF Panel.
Specifications and Complete detailed Annexure is enclosed. 1. Tender Notice + Tender Form -- 03 Pages 2. Specifications -- 53 Pages 3. Additional Points -- 01 Page 4. Important Instructions to Tenderers (Two Part Tender) -- 01 Page 5. Important Instructions to Tenderers (Indigenous Stores) -- 01 Page 6. Instructions to Tenderers FORM NO.P.003 -- 05 Pages 7. Tenders shall be opened in the presence of attending Tenderers or their authorized representatives on 06/01/2015 at 10.30 Hrs at ISTRAC, Plot No.12 & 13, 3rd Main, 2nd Phase, Peenya Industrial Area, Bangalore – 560 058. 8. The tender fee of Rs.229/- towards Tender Document in the form of DD drawn in favour of Accounts Officer, ISTRAC, Bangalore-560058 obtained from Nationalised Bank, payable at
Bangalore should be enclosed along with the quotation. Money order, Cash or Cheque will not be accepted. The date of demand draft should not be prior to the date of this advertisement / website intimation.
(Total pages: 64 )
02 Nos..
Delivery at : IRCDR SHILLONG, IRCDR JODHPUR Delivery Required: Earliest
Yours faithfully,
(C S BASAVANNA) Sr. Purchase & Stores Officer
For and on behalf of the President of India (The Purchaser)
TENDER FORM
From: Tender No. TRGS 2014000203-01
Due on 05/01/2015 upto 3.00 PM Purchase & Stores Officer (PURCHASE) Tenderer’s Ref.: Dear Sir, I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold the offer open till …………………………. I/We shall be bound to supply the stores hereby offered upon the issue of the Purchase Order/Contract/Agreement communicating the acceptance thereof on or before the expiry of the last mentioned date. You are liberty to accept any one of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We notwithstanding that the offer in this tender has not been accepted in whole shall be bound to supply to you such items and such portions of one or more of the items as may be specified in said Purchase Order communicating the acceptance. Sl. No. Description Unit Qty. Unit Rate Delivery Date (Note: All the rates should be given both in figures and words) Place at which delivery is required IRCDR SHILLONG, IRCDR JODHPUR Delivery Period As per invitation to tender Date by which the supplies are required I/We have understood the terms of the tender annexed to the invitation to tender and have thoroughly examined the specification drawing and or pattern quoted referred to herein and are fully aware of the stores required and my/our offer is to supply to the stores strictly in accordance with the requirements subject to the terms and conditions contained in the Purchase Order /Contract/Agreement communicating the acceptance of this tender either in whole or in part. Signature of Tenderer Date Phone No.
TRGS 2014000203-01
PART-A
1.0 Introduction
ISTRAC/ISRO invites bids from interested vendors for supply, installation, testing
and commissioning of 200KVA DG set at IRCDR, Shillong & IRCDR, Jodhpur..
2.0 General Provisions
2.1 DEFINITIONS
2.1.1 Department: Department means ISTRAC, ISRO, Department of Space of the Government of India.
2.1.2 Contract/ Purchase Order: The term Contract/ Purchase Order shall mean
order and any amendment to order issued by Department including specifications,
terms, conditions, and instructions issued from time to time.
2.1.3 Vendor/ Contractor: Vendor/ Contractor means any individual, Body
Corporate, Company, Undertaking, Establishment or Legal Entity entering into a
contract with the Department & shall include all heirs, Legal representatives,
successors and permitted assigns.
2.1.4 Contract Administrator/ Manager/ Department Representative/Key Personnel:
The term shall mean the appropriate authority declared by the Department who
shall co-ordinate the tasks in the execution of this purchase order.
2.1.5 Site Engineer: The term Site Engineer shall mean the authorized
representative of the Contractor who shall co-ordinate the execution of the contract.
2.1.6 Site: The term Site shall mean the actual place of the proposed work or other
places on which work is to be executed as indicated by Department for the purpose
of carrying out the work.
2.1.7 Works: The term Works shall mean the places where work is performed by the
Contractors.
2.1.8 Bidder shall mean any individual, Body, Corporate, Company, Undertaking,
Establishment or Legal Entity who quotes against the specification.
2.1.9 ‘Manufacturer’ refers to a individual, Body, Corporate, Company or firm who
is the producer and furnisher of material to either the 'Department or the Contractor'
or both under the 'Contract'
2.1.10 ‘Specification’ shall mean collectively all the terms & conditions contained in
those portions of the 'Contract' known as 'eligibility criteria, detailed specifications,
terms and conditions & special terms and conditions
2.1.11 ‘Contract Price’ shall mean, if there is a formal agreement, the prices referred to in the agreement or if there is no formal agreement, the price agreed to be the value of the Contract
2.1.12 ‘Date of Contract’ shall mean the calendar date on which the Department has
issued the Purchase Order to the Contractor
2.1.13 ‘Contract Period’ shall mean the delivery period indicated in the purchase
order.
3. Instructions:
a) Interested bidders are advised to go through the Tender documents carefully
before participating in the bid. This is a two part bid.
b) Transfer of Tender document issued to one Bidder to another is not
permissible. Tender documents shall remain the property of Department and if
obtained by one intending Bidder shall not be utilizable by another without the
consent of the Department.
c) The tender shall be completely filled in all respects and shall be tendered together
with requisite information and Annexure. Any offer incomplete in any particulars is
liable to be rejected.
d) The tender shall be opened on the date and on the time specified in the notice
inviting tender. Tender not received in time shall not be considered.
4 Instructions for two part Bids
Part- I: Should contain only Technical and Commercial details including un-priced
bill of materials
Part- II: Should contain only Price details
Item Specifications in brief Sl
No. Tender Specification Compliance
Statement (Y/N)
Deviation Statement
Note: Please refer detailed specification for the items enclosed herewith
1 Supply of 415V, 50 Hz, 3 phase, 4 wire, 200 KVA Diesel Generator set as per specification - 2 sets.
1.1 1set is to be installed in RRSSC new campus, Jodhpur, Rajasthan and another set is to be installed in North eastern space application Centre, umium, Shilling, Meghalaya.
1.2 Diesel Engine shall be suitable for continuous operation with generator set and shall be supplied with fly wheel, flexible coupling, air cleaner, corrosion resistor, radiator, fan with guard, fuel pump, fuel filter, Electronic governor, electrical starting system with starter, 24V battery, voltage regulator, instrument panel, kwh meter with RPM indicator, exhaust silencer, exhaust pipe as per pollution control board norms, charger battery charger protections against low lubrication oil pressure, high engine temperature, over speed and aux. shut down, Day fuel tank with necessary fuel hoses to the engine. Control cables required between DG set and AMF panel shall be supplied by vendor.
2 Installation of 415V, 50 Hz, 3 phase, 4 wire, 200 KVA Diesel Generator set - 2 sets. Installation of DG set on existing foundation, including supply and fixing of anti-vibration mountings of suitable capacity, supply and fixing of GI/MS exhaust pipes line with glass wool rope lining and approved supports, fuel line up to fuel filters Detailed specification is enclosed.
3 Testing and commissioning of 415V, 50 Hz, 3 phase, 4 wire, 200 KVA Diesel Generator set - 2 sets. Detailed specification is enclosed.
4 Supply of DG AMF Control panel for 415V, 50 Hz, 3 phase, 4 wire, 200 KVA Diesel Generator set - 2 Nos. Detailed specification is enclosed.
5 Installation of DG AMF Control panel for 415V, 50 Hz, 3 phase, 4 wire, 200 KVA Diesel Generator set - 2 Nos. Detailed specification is enclosed.
6 Testing and Commissioning of DG AMF Control panel for 415V, 50 Hz, 3 phase, 4 wire, 200 KVA Diesel Generator set - 2 sets. Detailed specification is enclosed.
7 Supply of 1.1 KV grade 3.5C X 300sq.mm XLPE insulated, and overall sheathed, stranded aluminium conductor, flat steel strip/wire armoured cables conforming to IS:7098.The cable shall bear ISI certification mark - 200M
8 Laying of 1.1 KV grade 3.5C X 300sq.mm XLPE insulated, and overall sheathed, stranded aluminium conductor, flat steel strip/wire armoured cables conforming to IS:7098 in hard soli/soft rock, 750mm below the ground level including transportation of cable to site, excavation of earth, refilling with sand and baked bricks on top and sides and providing cable route/ joint makers complete as per specification - 150M
9 Laying of 1.1 KV grade 3.5C X 300sq.mm XLPE insulated, and overall sheathed, stranded aluminium conductor, flat steel strip/wire armoured cables conforming to IS:7098 in trench/ on cable tray/ on wall including transportation of cables to site, removing of trench cover and reclosing the covers after laying of the cables in good condition with supply of all necessary fixing materials such as brackets, clamps, MS spacers complete as required - 50M
10 Providing end terminations for 1.1 KV grade 3.5C X 300sq.mm XLPE insulated, and overall sheathed, stranded aluminium conductor, flat steel strip/wire armoured cables conforming to IS:7098 including supply of cable gland lugs, neoprene bushes and other materials and tools as required complete with terminal connections, earthing of glands as required - 8 Nos.
11 Providing standard plate earthing for earth station with 600 X 600X 3.15mm electrolytic copper plate, conforming to IS:3043 including supply of materials and providing chamber complete as required and as per IS 3043 for neutral earthing of alternator - 4nos
12 Providing driven pipe earth station with 50mm dia, 12 m long medium class GI pipe including supply of GI pipe, saddle, clamps, nuts, bolts and all other materials & tools required for driving the pipe in ground complete with all interconnections and as required and as per IS3043 - 4nos for Generator body earthing
13 Supply and laying of electrolytic copper strip of 25 X 3mm size including supply and fixing using MS spacers, saddles, welding with all fixing using materials required and when laid inside the building and inclusive of excavation and refilling of earth when laid outside the building and tinning of all the joints and terminations interconnections with earth pit and equipments, terminations as approved manner as per IS 3043 inclusive of supply of all hardware complete as required. - 50M for Alternator neutral earthing
14 Supply and laying of GI strip of 32 X 6mm size including supply and fixing using MS spacers, saddles, welding with all fixing using materials required and when laid inside the building and inclusive of excavation and refilling of earth when laid outside the building and welding of all the joints and terminations interconnections with earth pit and equipments, terminations as approved manner as per IS 3043 inclusive of supply of all hardware complete as required - 100M for generator body earthing
15 Supply and laying of suitable size exhaust pipe including cladding with thermal insulation right from DG set exhaust to outside building with necessary mechanical supports in confirmation to respective pollution control boards including providing stacks as required and painting - 20 RM but actual length shall be as per pollution control board norms
16 Scope of work: supply, installation, testing and commissioning of DG sets including conducting test at factory before dispatch, loading at factory, transportation, unloading and storing at site before installation, commissioning test at site. Scope includes obtaining license from Central electricity authority, state pollution control board, electricity supply authority for operating DG set. Final payment will be made only after the receipt of above. Statutory fees will only be paid by department on production documentary proof.
1
Ref.No.TRGS 2014000203 DETAILED SPECIFICATION OF 200KVA DG Set, AMF panel including installation:
Supply, installation, testing and commissioning of 415V 50 Hz, 3 phase, 4 wire
200 KVA diesel generator set in an acoustic enclosure. Diesel engine shall be complete
with necessary controls and safety device conforming to relevant ISS/BSS or any of the
internal standards with latest amendments.
Qty – 2sets 1set is to be installed in RRSSC, Jodhpur, Rajasthan and another set is to
be installed in Northeastern space application Centre, umium, Shilling,
Meghalaya.
DG set shall be suitable for the above location where the altitude will be of
1600M, ambient temp from 5 deg C to 50 deg C.
Diesel Engine shall be suitable for continuous operation of generator set duty
inclusive of fly wheel, flexible coupling, air cleaner, corrosion resistor, radiator, fan with
guard, fuel pump, fuel filter, Electronic governor, electrical starting system with starter
24V battery, voltage regulator, instrument panel, kwh meter with RPM indicator, exhaust
silencer, protections against low lubrication oil pressure, high engine temperature, over
speed and aux. shut down.
Alternator shall be 415 V, 3 phase, 50 Hz, 4 wire, 0.8 power factor, self-excited,
self-regulated, brushless type, drip proof conforming to IS: 4722 with latest
amendments. The engine and alternator shall be coupled over a sturdy common base
frame. Day fuel tank with necessary fuel hoses to the engine, all as per detailed
specification.
Installation of DG set on existing foundation including supply and fixing of anti-
vibration mountings of suitable capacity, supply and fixing of GI/MS exhaust pipes line
with glass wool rope lining and approved supports, fuel line up to fuel filters. Testing and
commissioning of as per relevant IS specification and as directed by Engineer in
charge.
2
1.0 SCOPE:
This specification is intended to cover the requirements of supply,
installation, testing and commissioning of DG sets including conducting test at factory
before dispatch, loading at factory, transportation, unloading and storing at site before
installation, commissioning test at site. Scope includes obtaining license from
Central electricity authority, state pollution control board, electricity supply authority for operating DG set. Final payment will be made only after the receipt of above. Statutory fees will only be paid by department on production documentary
proof.
2.0 STANDARDS:
Diesel engines should comply with BS 5000, VDE 0530, IEC 34-1, ISO
14001, ISO 3046.standards specification self-excited and self-regulated alternators shall
comply with relevant IS/BS and complete with acoustic enclosure. DG set supplier shall
submit OEM authorization certificate and their quality assurance.
3.0 GENERAL:
i) The generator set of 200 KVA capacity is required to function at places
situated at an altitude up to 1600M in Umium, shilliong, Meghalaya, ambient
temp from 5 deg C to 35 deg C where as in Jodhpur the ambient temp from
15 deg C to 50 deg C and relative humidity up to 95%
ii) The DG set should be installed at outdoor in the existing foundation.
4.0 GENERATOR SET:
The generator set shall comprise of a diesel engine of adequate capacity
directly coupled closely to an alternator mounted on a common base frame and
completely housed in acoustic enclosure.
A full torsional analysis shall be carried out to guarantee that no harmful vibration
will occur.
3
Anti-vibration pads shall be fixed between engine alternator feet and the base
frame ensuring complete vibration isolation of the rotating assemblies and enabling the
machine to be placed on an uneven surface without any detrimental effects.
All iron and steel surfaces of canopy fabrication shall be treated for coating by
grit blast cleaning and then covered by polyester power paint for excellent corrosion
resistant surface.
4.1 DIESEL ENGINE:
Diesel Engine shall be suitable for generating set standby application
developing suitable BHP at 1500RPM, powered by multi cylinder. The engine shall be of
heavy-duty suitable for cold starting and equipped with a minimum of the following
accessories.
a) Fly wheel to suit flexible couplings with guard
b) Air cleaner-Dry type
c) Corrosion proof radiator with guard
d) Fan with guard
e) Water pump-centrifugal type, engine mounted
f) Fuel pump
g) Fuel filter
h) Governor-Electronic type
i) Fuel injection equipment
j) Residential type Exhaust silencer
k) Electrical starting equipment comprising of starting motor on 24V DC supply
l) Lubricant oil cooler
m) Lubricant oil pump-gear type, engine mounted
n) Lubricant oil filter
o) Turbo charger (exhaust gas driven)
p) Battery charging generator with voltage regulator-24V DC
q) 24V battery of suitable AH capacity
r) Kwh meter with RPM indicator
4
s) Fuel tank day tank
t) Fuel level indicator
u) Battery charger (float, equalizer, boost charging)
v) Hand operated fuel transfer pump
4.2 BASE FRAME:
The engine and alternator shall be perfectly aligned and assembled on a
sturdily fabricated adequately machined base frame, made out of high quality MS
Channels. The base frame should be provided with lifting facilities with anti-vibration
mountings.
4.3 Fuel tank:
Day fuel tank of adequate capacity on full load with inlet outlet pipe connections,
filling cap, drain plug, level indicator and along with hand operated fuel transfer pump
and suitable hose shall be provided.
4.4 Alternator:
Alternator shall be of 200KVA capacity, 0.8P.F, 415 V with voltage regulation
limit of +/-2½%, 3 Phase, 4wire, 50Hz, 1500RPM, self-regulated and self-excited, brush
less, AC generator in accordance with relevant BS EN 60034, BS 5000, VDE 0530, IEC
34 with screen protected and drip proof enclosure conforming to IS: 4722 and with
damper windings on pole faces. The alternator shall be suitable to supply rectifier, SCR
type UPS and computer loads without any distortion in output AC voltage wave form.
4.4.1 Protection: The generator shall be provided with suitable protection against
overload, short circuit and earth fault.
4.5 Automatic mains failure control module
AMF module shall be with generator monitoring, protection and start facilities.
Controller shall have a large LCD screen display the generator’s each parameter, and
control system running and alarm information. Controller shall be with mode switch
button, start/stop button, emergency button and LED indicator lights
5
4.6 Pre-dispatch inspection:
DG set shall be got through 2hours load test for running 0%, 25%, 50%, 75%,
100% and 110%. All protective devices and control function shall be simulated and
checked before dispatch. Pre-dispatch test shall be conducted in the presence of
authorized representative of the accepting officer.
5.0 Installation:
The generator set shall be installed in acoustic enclosure in accordance with
latest engineering practice.
5.1 Painting:
Special attention shall be paid to the finish and general appearance of the work.
All equipment with factory finished (painted) surface painting. Vendor shall ensure that
no scratches appear on the painted surface while transporting and installing the set.
The parts of the DG set installation, which are not factory painted wall, i.e. all iron
and steel surfaces of canopy fabrication shall be treated for coating by grit blast
cleaning and then covered by polyester power paint for excellent corrosion resistant
surface.
5.2 Acoustic enclosure:
DG set shall be housed in an acoustic enclosure. The acoustic enclosure shall be
in compliance with the norms of Central Pollution Control Board. A copy of approval
shall be enclosed with the offer.
6.0 ACCEPTANCE TEST AT SITE:
On completion and before handing over of the work the following tests shall be
carried out by the supplier to the entire satisfaction of the Engineer in charge.
1) Phase-1 Test:
i). Insulation resistance test---section & over all
ii). Continuity resistance test---sectional & all over
iii). Earth resistance test
6
iv). All instruments and relays shall be tested under normal operating conditions
v). Visual examination to ensure that the plant equipment and accessories are
provided and the finish and the general appearance of the work are as per
specification.
vi). A no load test for a period of 3 hours continuously to see that the engine,
alternator and other accessories are functioning normally.
The duration of the test shall be increased if necessary and as directed by
authorized representative of the accepting officer.
2) Phase-II test:
On completion of the phase-I tests to the entire satisfaction of the authorized
representative of the accepting officer, a full load test shall be carried out for 12 hours
continuously and a period of three days by loading artificially.
The overall efficiency of the plant at ¼ load, ½ load and full load shall be worked
out and compared with the figures given by the tenderer in his tender documents. If
there is any reduction in the efficiency of the plant, the contractor shall make suitable
adjustments, actions etc. to bring up the efficiency to the specified limit.
All necessary arrangements for testing under artificial load conditions, such as
cables, electrodes, load banks, etc. shall be provided by the supplier and the cost
implication for the same shall be included in the quote. The full load test shall be carried
out with artificial load, which is compulsory. In case, any tenderer fails to offer this
test, their offer will not be considered. The required fuel, lubricating oil & artificial load, etc. is in the part of the tenderer/ vendor.
7.0 Taking over
If the acceptance tests as described above in clause 6.0 do not show
satisfactory result, the supplier shall, at his own expense, rectify / replace the defective
components or any part there of as directed by authorized representative of the
accepting officer within 15days. The decision of the accepting officer or his authorized
7
representative shall be final and binding in this regard. The installation shall be taken
over finally after the supplier has given satisfactory test as certified by the accepting
office or his authorized representative. The accepting officer or his authorized
representative shall finally take over the installation after the supplier has given
satisfactory test as certified.
8.0 Warranty:
Complete DG set shall be guaranteed for the period of 5000 hours of operation
or 30 months from the date of delivery at site or 24 months from the date of
commissioning whichever is earlier.
9.0 Guaranteed technical particulars about the Diesel generator sets to be furnished by
the tenderer in the pro-forma furnished at the end of this section. The same shall be
submitted in the techno-commercial bid.
8
LT DG SET
Sl No.
TECHNICAL PARTICULARS Tender specification Vendor’s offer
DIESEL ENGINE
1 Make Cummins, Greaves, PERKINS, Caterpillar, Volvo Penta.
2 Service Continuous duty 3 No and arrangements of Cylinders
a) No. of Cylinders b) Arrangement of Cylinders
Multi cylinder To be specified
4 Method of starting Electrical staring system with auto mains failure feature
5 Rated speed (RPM) 1500 RPM 6 Time required form starting from cold 7 Type of Governor Electronic type 8 Guaranteed limits of governing
a) Permanent variations i) Full load thrown off
ii) Full load put on
b)Temporary variations i) Full load thrown off
iii) Full load put on
9 Rated output at 1600M above MSL Rated output at ambient temperature 50 Deg. C
10 Overload for one hour at standard operating conditions
11 Guaranteed output at site (continuous running for 12 hours under the worst atmospheric conditions)
12 Over load for one hour at site
9
13 Guaranteed fuel oil consumption (a) under standard temperature and
pressure (S.T.P), fuel consumption in litres / metric h.p / hour i) at full rated output
ii) at ¾ rated out
iii) at ½ rated output
(B) at site conditions i) at full rated output
ii) at ¾ rated output
iii) at ½ rated output
14 Guaranteed lubricating oil consumption at full rated output (in litres)
15 Mechanical efficiency in %
16 Thermal efficiency in %
17 Safety protections in the engine a. over speed trip
b. low lubrication oil trip c. High water temperature trip
Shall be provided Shall be provided Shall be provided
18 Direction of rotation when looking from engine towards the driven machine
19 Whether the engine is 2 stroke or 4 stroke
4 stroke
20 Method of aspiration (eg. Natural turbo or super charged etc.)
21 Method of cooling
10
ALTERNATOR
1 Make Stamford-AVK, Crompton Greaves,
Leroy Somer.
2 Rated continuous maximum rating in KVA to BS 2613 -57
200 KVA
3 Rated continuous output in KW at 0.8 PF (lag)
160 KW
4 Rated Speed ( RPM) 1500 RPM
5 Rated Voltage 415 VOLT 50HZ
6 Number of Phases 3 Phase 4wire
7 Current capacity of stator windings
8 Overload capacity
a) 10 percent for
b) 50 percent for
2hours ½ hour
9 Temperature rise of the windings measured by thermometer after continuous run at full rated output, rated voltage, frequency and 0.8 PF lag and with surrounding air temperature at 45 Deg C. (Ambient temperature)
10 Efficiency a. at full load at 0.8 PF
b. Efficiency at 0.8 PF at ¾
load
c. Efficiency at 0.8 PF at ½
load
11 Inherent voltage regulation ( Increase in voltage from FL to NL with constant speed and excitation)
12 Whether damper windings fitted on poles
11
13 Radial clearance between stator & rotor (air gap)
14 Peripheral speed of the rotor
15 Critical speed of the rotor
16 Method of lubrication
17 Direction of rotation
18 Excitation Voltage
19 Alternator excitation current at full
load on
i) Unity PF
ii) 0.8 PF
20 Whether DG set is suitable for
Rectifiers, UPS and computer type
loads
DG shall be suitable for 50% non-linear loads such as rectifiers, computers, UPS
21 What is the maximum motor load to which DG set can be used?
22 Type of acoustic enclosure for the DG set as per CPCB approval. A copy of approval shall be furnished
23 Safety protections in the alternator a. over current trip
b. short circuit trip c. earth fault trip
Shall be provided Shall be provided Shall be provided
12
DETAILED SPECIFICATION OF DG AMF PANEL
1. Scope:
This specification is to cover the requirement of design, fabrication, supply,
installation, testing & commissioning of AMF panel for DG set with all components,
fittings and accessories for efficient operation without any trouble.
2. Standards:
The AMF panel specified herein, unless otherwise stated shall confirm to the
relevant and latest revision of Indian Standards and Indian electricity rules.
3. Design & Construction:
3.1. Design requirements:
The AMF panel shall be suitable for operation on 415V, 3ph, 50HZ 4wire system
to withstand shot circuit level of 35KA r.m.s Symmetrical and for 1 second 105 KA
peak. AMF panel shall be supplied from department approved panel builder only.
The AMF panel shall be designed for operation in high ambient temperature up
to 55 degree centigrade and high relative humidity up to 95% and tropical
atmospheric conditions. Means shall be provided to facilitate ease of inspection,
cleaning and repairs.
4. Constructional Requirements :
The AMF panel shall be of
i) Metal clad, cubicle, indoor, free standing type and compartment
arrangement.
ii) Made up of requisite verticals sections, which when coupled together shall form
continuous dead front switch board.
iii) Dust and damp protected.
iv) Readily extendable on both sides by the addition of vertical sections after
removal of the end covers.
13
v) Single front construction with the circuit breaker feeder and switch fuse feeders
suitable for operation from the front of the panel.
vi) The AMF panel shall have 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.
vii) Each switch gear shall be housed in a separate compartment.
5. Vertical Sections:
Each vertical section shall comprise a front framed structure rolled/ folded sheet
steel channel section of minimum 2mm. thickness rigidly bolted together. This
structure shall house the components contributing the major weight of the
equipment, such as circuit breaker, switch fuse units, main horizontal bus bar,
vertical risers and other front mounted accessories. The structure shall be mounted
on a rigid base frame of ISMC 100 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 and power / 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.
14
6. Sheet steel cubicle:
i) The sheet steel cubicle shall be designed in fully segregated multi-tier formation.
Each cubicle shall have hinged front access door with easy operating fasteners. All
doors and covers shall be provided with gasket using neoprene rubber suitable for
heavy gasket 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 CRCA sheet steel. Sheet steel
shrouds and partitions shall be of minimum 1.6mm thickness. All sheet steel work
forming the exterior of switchboards shall be smoothly finished, leveled and free
from flaws. The corner shall be rounded.
ii) The apparatus and circuits in the power supply panel 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 power supply panel shall have the following
minimum clearance.
Between phases – 25mm
Between phases and neutral – 25mm
Between phases and earth – 25mm
Between neutral and earth – 19mm
When, for any reason, the above clearances are not available, suitable insulation
shall be provided. Clearance shall be maintained during normal conditions. Creep
age distances shall comply with those specified in relevant standards.
iii) 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.
15
iv) Metallic/insulated barriers shall be provided within vertical sections and between
adjacent sections to ensure prevention of accidental contact with
Main bus bars and vertical risers during operation, inspection or maintenance of
functional units and front mounted accessories
Cable terminations of one functional, when working on those of adjacent
unit/units
v) All doors/covers providing access to live power equipment/ circuits shall be provided
with tool operated fasteners to prevent unauthorized access.
vi) Provisions shall be made for permanently earthing the frames and other metal parts
of the switchgear by two independent connections
7. Metal treatment and finish:
All steel works used in the construction of the switchboards 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 also to prevent the spreading of rust, in the event of the paint film
being mechanically damaged.
Power coated paint as a finishing coat to the shade as specified in the purchase
order shall be given. The thickness of paint shall not be less than 50microns. The
interiors of the panels shall be painted with fire retardant paint as indicated in the
purchase order.
8. BUS BARS:
i) The bus bars shall be housed in non-segregated sheet steel compartments in the
cubicle at convenient locations with provision for access to the buses from the front of
the panel. The bus chamber and the breaker cubicle/ feeder cubicle shall have inter-
16
panel fire barriers using fire retardant DMC/SMC fillings.
ii) The bus bars shall be insulated using heat shrinkable PVC sleeves and made of high
conductivity, high strength electrolytic copper complying with the requirements of IS:
5082. The bus bars shall be suitably braced non-hygroscopic fire retardant DMC/SMC
supports to provide a through fault withstand capacity of 35KA RMS symmetrical for one
second and a peak short circuit withstand capacity of 105KA minimum or as specified in
the schedule of quantities. The neutral as well as the earth bus shall be capable of
withstanding the above fault level.
iii) Large clearance and creepage distances shall be provided at all bus bars joints.
iv) Chromium plated high tensile bolts, nuts; bimetallic washers and spring washers
shall be provided at all bus bars joints.
The continuous rating of the bus bar shall be 125% of the rated current. Maximum
temperature of the bus and the connections shall not exceed 85 0 C. The bus bars shall
be of liberal design for the required current rating. However the cross sectional area of
the bus for various ratings shall not be less than as specified below.
Bus bar rating in Amps Total cross sectional area per phase in sq.mm
For Copper bus
100 105
200 210
300 315
400 420
630 700
vi) The main phase bus bars (both horizontal and vertical) shall have continuous current
rating throughout the length of power supply panel and the neutral bus bars shall have a
continuous rating of at least 50% of the phase bus bars.
vii) Connections from the main bus bars to the 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.
17
viii) All bus bars and tapping shall be provided with colour coded sleeves for phase
identification. All joints/tapping points of the buses shall be suitably shrouded to prevent
accidental contact.
09.0. CURRENT TRASFORMERS
Current transformers shall comply with the requirements of relevant latest amended IS.
They shall have ratios, outputs and accuracy as designed.
10.0. INDICATING METERS.
All indicating instruments shall be of flush mounted digital type industrial pattern
conforming to the latest relevant amended IS. The instruments shall be digital type
having 0.1 resolutions, LCD display/ LED display. Class of accuracy 1.
11.0. INDICATING LAMPS
Indicating lamps shall be of LED type only, provided with translucent lamp covers.
Lenses shall be easily replaceable from the front. LED module shall be suitable for
direct operation on 415V/230V, 50Hz AC/ 24V DC as the case may be.
12.0. CABLE TERMINATIONS
Cable entries (knock outs) and terminals shall be provided on switch board to suit the
number, type and size of aluminum 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. The outgoing
terminals of the switch gears shall be conveniently extended up to cable alley and
facilitate easy termination of all cables as indicated by department after award of orders.
Provision shall be made for bottom entry of cables as required. General size of cabling
cambers shall be provided with the provision of cables 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 riser shall be
adequately supported to withstand the effects of rated short circuit current without
damage and without causing secondary faults.
18
13.0. CONTROL WIRING: 13.1. All control wiring shall be carried out with 1100V grade single core PVC cable
conforming to relevant IS having stranded copper conductor of minimum 2.5 sq. mm.
section.
13.2. Wiring shall be neatly bunched, adequately supported and properly routed to allow
easy access and maintenance.
13.3. Wire shall be identified by numbered ferrules at each end. The ferrules shall be of
ring type and of non-deteriorating materials. They shall be firmly located on each wire
so as to prevent free movement.
13.4. All control circuit fuses shall be mounted in front of the panel and shall be easily
accessible.
14.0. TERMINAL BLOCKS/LABLES/DANGER BOARDS
Terminal blocks shall be of 500V grades of stud type. Insulating barriers shall be
provided between adjacent terminals. Terminal blocks shall be shrouded. Provision
shall be made for label inscriptions. Labels shall be made of anodized aluminum with
white engraving on background. The nomenclature for engraving on the label plates
shall be furnished by the department. They shall be properly secured with fasteners.
Danger plates of size and description as recommended in the relevant IS shall be
provided on the panels.
15.0. TEST
a) The AMF panel shall be completely assembled, wired, adjusted and tested for
operations under stimulated condition to ensure correctness of wiring and interlocking
and proper functioning of all components.
b) The AMF panel shall be subjected to standard routine test as per applicable clauses
of relevant standards.
19
c) All current carrying parts and wiring of power control center shall be subjected to
power frequency voltage with stand test.
The above test shall be successfully carried out at factory in the presence of
Department engineers before dispatch of MV panels by the supplier.
List of approved Manufacturers of MV panel & Bus duct is enclosed herewith. TESTS TO BE DONE AT FACTORY BEFORE DESPATCH
The AMF Panel shall be tested for acceptance / routine tests as specified in the
relevant latest Indian standards, before dispatch in the presence of Department
Engineers at the Works of the supplier and the test certificate shall be furnished in
triplicate. Subject to clearance from Department after the satisfactory completion of
above test at factory, panel shall be dispatched.
1. Site inspection:
The AMF panel shall be supplied in a properly packed condition. 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 are in accordance with the
schedule and drawings. It shall also be ensured that all the compartments like relays,
indication lamps etc., are in good conditions and have not suffered any damage during
transit. The supplier shall replace any such damaged components at site at no extra
cost.
2. Loading & Unloading:
All loading and unloading arrangements and transporting of the panel to site
with necessary plants & equipments and tools shall be the part of the scope of work and
all required man power shall also be provided by the agency for unloading of the panels
in the room as required. The installation shall conform to the relevant to the IS and IE
rules with good and acceptable duly supervised by the experienced Engineers.
20
3. INSTALLATION:
The panel shall be installed on pedestal and shall conform to relevant IS and IE
rules. Civil works do not form part of the installation. However minor civil works such as
grouting of bolts, chipping, etc. are in the scope of the supplier.
4. Testing and Commissioning:
The following tests shall be conducted on the panel at site prior to
commissioning and necessary test certificate shall be submitted to the Department.
i) Insulation resistance between the phases and individual phases and earth.
ii) All protective relays and tripping mechanism shall be tested for their proper
operation.
iii) Operation and functionality test of MCCBs including interlocking arrangement.
SPECIAL NOTES ON MV PANELS
1) Please enclose relevant product catalogues of all the switchgear being quoted
clearly highlighting the product cat. / Ref. Nos.
2) On receipt of order, the supplier shall submit the following drawing for approval before manufacturing:
i) General Arrangement and schematic drawings.
ii) Control wiring drawings.
3) The supplier shall be responsible for the all the safe custody of the panels and
accessories form the time of supply at site till testing and commissioning and
handing over the same to the department on satisfactory completion of work.
4) The supplier shall co-ordinate with other agencies during the course of the
installation, testing and commissioning of the panels.
5) Since site is ready with the foundation, installation works shall be commenced
and completed immediately without any delay.
6) Proper installation and positioning of panel over the floor or trench shall be scope of
the supplier.
21
7) The works of testing and commissioning shall be done by employing qualified
competent engineer/supervisor and as per IE rules and regulations.
8) Any mandatory requirements specified by the inspecting authorities shall be carried
out without any additional cost or as mutually agreed upon. Statutory fees will be
reimbursed by department on production of documentary proof.
9) The supplier shall provide three complete sets of operation and maintenance
manuals and test certificates for all items such as MCCBs, relays and meters etc. for
the operation and maintenances purpose of the department.
10) Only minor civil works if required such as chipping the floor, grouting of bolts,
plastering to finished condition shall form part of subject work.
11) All the bus bars shall be provided with heat shrinkable sleeves.
12) All the GI strips, bolts, nuts to be used in the panel shall be of hot dip galvanized
with not less than 50 micron thick zinc coating.
13) The instruments transformers , relays etc shall confirm to respective IS Specification
with latest amendments:
a). General requirement of circuit breakers : IS 13118
b). Current Transformers : IS 2705
c). Control panel : IS 8623
14) The height of the panel shall be restricted to 2000mm and the maximum operating
height of the components shall be restricted to 1700mm and minimum operating
height of the handle for bottom most switch shall not be less than 300mm from
finished floor level unless otherwise specified.
22
MOULDED CASE CIRCUIT – BREAKER SPECIFICATIONS 1. General Moulded-case circuit breakers (MCCB shall comply with IEC 60947-I and 60947-
2 standards:
They shall be of category a with rated service breaking capacity (Ics)
equal to the ultimate breaking capacity (Icu) on all the operational voltage.
The operational voltage shall be 500V AC.
They shall have a rated insulation voltage of 750 V AC.
The breaking capacity shall be 35 kA.
MCCBs shall be available in plug –in version or withdraw able version. A safety
trip shall provide advanced opening to prevent connection and disconnection of
a closed circuit breaker.
MCCBs shall be designed for both vertical and horizontal mounting, without any
adverse effect on electrical performance. It shall be possible to supply power
either from the upstream or downstream side.
MCCBs shall provide class II insulation (according to IEC 60664 – 1 standard)
between the front and internal power circuits.
2. Construction, operation, environment For maximum safety, the power contacts shall be insulated in an enclosure made
of a thermosetting material from other functions such as the operating
mechanism, the case, the trip unit and auxiliaries.
The operation mechanism of MCCBs shall be of the quick – make, quick –break
type with fault tripping overriding manual operation. All poles shall operate
simultaneously for circuit breaker opening, closing and tripping.
MCCBs shall be actuated by motor with a provision for manual operation.
23
MCCBs shall be able to receive for locking in the “isolated” position with up to 3
padlocks.
MCCBs shall be equipped with a “push to trip” button in front to test operation
and the opening of the poles.
MCCB rating, “push to trip” button, outgoing circuit identification and contact
position indication must be clearly visible and accessible from the front through
the door of the switchboard.
Current limiting, discrimination, endurance MCCBs shall be capable of greatly limiting currents. For short-circuits, the maximum
thermal stress I2t shall be limited to
5 x 106 A2s for ratings between 400 A and 630 A.
MCCBs shall comprise a device, designed to trip the circuit – breaker in the event of
high-value short – circuit currents. This device shall be independent of the electronic
trip unit.
The electrical endurance of MCCBs, as defined by IEC 60947 -2 standard, shall be
at least equal to 3 times the minimum required by the standard
Auxiliaries and accessories MCCBs shall be equipped with a motor mechanism for electrically controlled
operation. An “auto/manual” switch in front shall be provided. When auto/manual
switch set to the “manual” position, lock out electrical control. Remote indication
of “manual” or “auto” mode shall be possible.
Closing shall take place in less than 80 ms.
Following tripping due to electrical faults (overload, short – circuit, earth fault)
remote reset shall be inhibited.
The operating mechanism shall be of the stored-energy type only.
24
The addition of a motor mechanism shall in no way affect circuit breaker
characteristics.
Only three stable tripping mechanism positions (ON, OFF and tripped)
shall be possible with the motor mechanism.
Suitable for isolation shall be provided by positive by positive contact
indication (ON and OFF) in front of the motor mechanism module.
MCCBs shall be designed to enable safe on-site installation of auxiliaries such as
voltage releases (shunt and under voltage releases) and indication switches as
follows:
They shall be separated from power circuits.
All electrical auxiliaries shall be of the snap-in type and fitted with terminal
blocks.
All auxiliaries shall be common for the entire range.
Auxiliaries function and terminals shall be permanently engraved on the
case of the circuit breaker and the auxiliary itself.
Additional auxiliary contacts shall be available as spare.
The additional of auxiliaries shall not increase the volume of the circuit
breaker.
The additional of a motor mechanism module shall not mask or block device
settings.
It – shall be possible to assemble earth fault protection moulded-case circuit
breakers by adding a residual current device (RCD) directly to the circuit breaker
case. The resulting device shall.
Comply with appendix B of IEC 60947-2 standard.
Be immunized against nuisance tripping as per IEC 255 and IC 61000-4
standards.
Operate without auxiliary power supply, i.e. it shall be capable of operating
normally on 3 phase 4wire power network with a voltage between 200V
25
and 440 V and of tripping the circuit breaker even in the event of voltage
dips down to 80 V.
3. Protection functions General recommendations MCCBs shall be equipped with electronic trip units.
Electronic trip units shall be adjustable and it shall be possible to fit lead seals to
prevent unauthorized access to the settings.
Electronic trip units shall comply with appendix F of IEC 60947-2 standard
(measurement of rms current values, electromagnetic compatibility, etc.)
Protection settings shall apply to all circuit breaker poles.
The trip units shall not augment overall circuit breaker volume.
All electronic components shall withstand temperatures up to 125°C.
Electronic trip units Characteristics
Long time protection (LT) - selectable Ir threshold with forty- eight settings
from 40 to 100% of the trip unit rating.
- Short time protection - selectable Ir threshold with thirty –two settings from 40% to
100% of the trip unit rating.
- Adjustable time delay.
- The breaking threshold shall be at 1.2Ir and the no-breaking threshold after 2H at
1.05 Ir.
Short time protection (ST)
-Im threshold shall be adjustable from 2 to 10 times the thermal setting Ir.
-The time delay shall be selectable among 3 values with or without the
constant I2t function.
Instantaneous protection threshold adjustable from 1.5 to 11 times In.
Thermal memory
- in the event of repeated overloads, the electronic trip unit shall optimize
protection of cables and downstream devices by memorizing temperature
variations.
26
Load monitoring function The following monitoring functions shall be integral parts of electronic trip units,
indicating four load levels (60%, 75%, 90% and 105%) by LEDs, (flashing LED for
105%)
Following shall also be provided for the electronic trip unit.
High – threshold earth – fault protection.
Load monitoring with adjustable threshold using a changeover switch.
LEDs in front to indicate the cause of tripping (long time, short time, instantaneous,
earth fault if requested).
Data transmission via a BUS in particular all the trip unit settings, current
measurements for each phase, tripping causes, circuit breaker status.
It shall have a specific module that can provide the data transmission via BUS, in
particular all the trip unit settings, current measurements for each phase, tripping
causes, circuit breaker status.
Software that allows these data to be analyzed on PC shall be provided by the
manufacturer.
Required interphase module for connecting to MODBUS network ( SCADA ready)
shall be provided
Specification for MCBs
Miniature Circuit Breakers: MCB’s should be minimum of 10KA breaking Capacity and should confirm to
international and national standards IEC 898 – 1995 / IEC 947 – 2 / IS 8828 – 1996.
MCBs shall be suitable for ‘C’ curve protection only. MCBs shall work satisfactorily in
the harmonic rich environment
MCB’s should have low let through energy (Energy limitation class 3) with line load
reversibility. MCB’s should be suitable for Isolation and have trip free mechanism.
27
MCB’s should be calibrated at 40*C and have provision for Bi-connect facility .i.e. Cable
and bus bar can be terminated separately allowing fast & safe connection.
Two position din rails should be available. MCB’s should have provisions to fix
auxiliaries and earth leakage add – on at site in future.
MCB’s should have touch proof terminals. MCB’s should minimum have an electrical endurance of 20000 operations for 0.5A to
32A and 10000 operations for 40A to 63A.
All the meters should be SCADA Compatible
28
List of approved Manufacturers of MV panel & Bus duct:
1. M/s. Havells India Limited 319, 320, Chenoy Trade Centre, Parklane Secunderabad – 500 003
2.
M/s. Control Infortech Ltd., 426, IV Phase Peenya Industrial Area Bangalore – 560 058
3.
M/s. Elembica Services Plot No.340, GIDC Near Deverson’s, Odhav Ahmedabad – 382 415
4.
M/s. Lotus Powergear Private Limited, 12/13 KM, Kanakapura Road Doddakallasandra Bangalore – 560 062
5. M/s. Vee Vee Controls Private Limited, Plot No. L-3 & 4, 9th Cross 1st Stage, Peenya Industrial Estate Bangalore – 560 058
6.
M/s. Anand Power Limited A-99, Sector 58 Noida – 201 307
7. M/s. Swati Switchgears (India) Pvt. Ltd., 36, Subhlaxmi Industrial Estate VIII, Moraiya Sarkkhej Bavala Highway Tal Sanand, Ahmedabad – 382210
8. M/s. Power Control Equipments No. 37/2, Gowdanapalya Subramanyapura Main Road Bangalore – 560 061
9.
M/s. Sandya Electrolines Kallampalhy, Sreekaryam P.O Trivandrum – 695 017
10. M/s. Karaavali Switchgears C-42, Industrial Estate Baikampady Mangalore – 575 011
11. M/s. Emco Switchgears Pvt. Ltd., 210, Industrial Area Phase-I Chandigarh – 160 002
12. M/s. Power and Instrumentation Pvt. Ltd., 12, Sunshine Industrial Estate Behind Maniar Trailors, Rakhial, Ahmedabad – 23
13. M/s. Spaceage Switchgears Limited 68, Industrial Development Colony Mehrauli Road Gurgaon – 122 001 Haryana
14. M/s. Advance Panels & Swtichgears (P) Ltd., A-257, DSISC, Narela Industrial Park Narela, Delhi – 110 040
15. M/s. Maktel Systems 642, GIDC, Makarpura Estate Vadodara – 390 010
16. M/s. Power Tech (Hyd) Pvt. Ltd., Plot No.9, MIE, Miyapur Hyderabad – 500 050
29
17. M/s. Bhopal Switchgears Pvt. Ltd., No.29, 28 & 30E, Industrial Area, Govindpura Bhopal – 462 023
18. M/s. Babuchand Controls 55/873, 2nd Floor Geetha Mandir, Kochi, Kerala – 682 016
19. M/s. Laxmi Engineering Works Plot No. 119/5, Phase II, 1-D.A Cherlapally Hyderabad – 500 051
20. M/s. ESSAAR Universal (P) Ltd., C-10, Panki Industrial Area Site – III, Kanpur – 208 002
21 M/s. Vijaya Jothi Engineering Services, 1, Rizwan Road, Madavaram Chennai – 500 060
22 M/s. Assam Electricals Laipuli (Near Tinsukle) P.O. Panitola – 786 183 Assam
23. M/s. Megatech Control Ltd., Block I, Unit 14 & 15, SIDCO Electronic Complex, Guindy Chennai – 600 032
24. M/s. K. Dhandapani & Co. Ltd., No.26 IV Cross, N.R. Road Bangalore – 560 002
25. M/s. Hari & Gopal 23/786, Valiachalai Thiruvananthapuram – 695 036
26. M/s. Electro Allied Products 260, Mahatma Gandhi Road Ramchandrapur (Koka) Kolkatta – 700 104
Minimum Guaranteed offer from vendor. Vendors are instructed to submit compliance of offer
Sl
No. Tender Specification Compliance
Statement (Y/N) Deviation Statement
DIESEL ENGINE 1 Make - Cummins, Greaves, PERKINS,
Caterpillar, Volvo Penta.
2 Service-Continuous duty
3 No and arrangements of Cylinders a) No. of Cylinders- Multi cylinder b) Arrangement of Cylinders-To be specified by vendor
4 Method of starting-Automatic Electrical starting system with auto mains failure feature
5 Rated speed (RPM)-1500 RPM
6 Time required form starting from cold- To be specified by vendor
7 Type of Governor-Electronic governor
Guaranteed limits of governing
a) Permanent variations
i) Full load thrown off
ii) Full load put on
b)Temporary variations
i) Full load thrown off
ii) Full load put on 8 Rated output at 1600M above MSL-To be
specified by vendor
9 Rated output at ambient temperature 50 Deg. C -To be specified by vendor
10 Overload for one hour at standard operating conditions- To be specified by vendor
11 Guaranteed output at site (continuous running for 12 hours under the worst atmospheric conditions)-To be specified by vendor
12 Over load for one hour at site -To be specified by vendor
13 Guaranteed fuel oil consumption -To be specified by vendor
(a) under standard temperature and pressure (S.T.P)
i) Guaranteed fuel oil consumption at full rated output (litres / metric hp / hour)
ii) Guaranteed fuel oil consumption at ¾ rated out (litres / metric hp / hour)
at ½ rated output( --do--)
(B) at site conditions
i) Guaranteed fuel oil consumption at full rated output ( litres / metric hp/hour)
ii) Guaranteed fuel oil consumption at ¾ rated out (litres / metric hp / hour)
Guaranteed fuel oil consumption at ½ rated output (litres / metric hp / hour)
14 Guaranteed lubricating oil consumption at full rated output (in litres) -To be specified by vendor
15 Mechanical efficiency in % -To be specified by vendor
16 Thermal efficiency in % -To be specified by vendor
17 The following minimum Safety protections in the engine shall be provided
a. over speed trip
b. low lubrication oil trip
c. High water temperature trip
18 Direction of rotation when looking from engine towards the driven machine -To be specified by vendor
19 Whether the engine is 2 stroke or 4 stroke - 4 stroke
20 Method of aspiration - Natural turbo super charged
21 Method of cooling -To be specified by vendor
ALTERNATOR 1 Make Stamford-AVK, Crompton Greaves,
Leroy Somer
2 Rated continuous maximum rating in KVA to BS 2613 -57 - 200 KVA
3 Rated continuous output in KW at 0.8 PF ( lag ) - 160 KW
4 Rated Speed ( RPM) - 1500 RPM
5 Rated Voltage - 415 VOLT
6 Number of Phases - 3 Phase
7 Current capacity of stator windings
8 Overload capacity a) 10 percent for 1.00 hrs
b) 50 percent for 1.00 hr
9 Temperature rise of the windings measured by thermometer after continuous run at full rated output, rated voltage, frequency and 0.8 PF lag and with surrounding air temperature at 45 Deg C. (Ambient temperature) -To be specified by vendor
10 Efficiency -To be specified by vendor a. Eifficiency at full load at 0.8 PF
b. Efficiency at 0.8 PF at ¾ load
c. Efficiency at 0.8 PF at ½ load
11 Inherent voltage regulation ( Increase in voltage from FL to NL with constant speed and excitation) -To be specified by vendor
12 Whether damper windings fitted on poles -To be specified by vendor
13 Radial clearance between stator & rotor ( air gap) -To be specified by vendor
14 Peripheral speed of the rotor -To be specified by vendor
15 Critical speed of the rotor -To be specified by vendor
16 Method of lubrication -To be specified by vendor
17 Direction of rotation -To be specified by vendor
18 Excitation Voltage -To be specified by vendor
19 Alternator excitation current at full load -To be specified by vendor
i) Unity PF
ii) 0.8 PF
20 Whether DG set is suitable for Rectifiers./ inverter and computer type loads - DG set shall be suitable for non-linear loads
21 What is the maximum motor load to which DG set can be used? -To be specified by vendor
22 Type of acoustic enclosure offered for the DG set which shall be as per CPCB approval. A copy of approval shall be furnished -To be specified by vendor
23 The minimum following Safety protections in the alternator shall be provided
a. over current trip
b. short circuit trip
c. earth fault trip
DG AMF PANEL: Detailed control wiring scheme shall be submitted incorporating the Control and protection as indicated in the specification for department’s clearance before commencement of fabrication.
1 Panel details - Indoor, freestanding, 3phase, 4wire, 415volt
2 Make - Only department approved panel builder’s panel is acceptable. List of approved panel builder is enclosed.
3 Type of enclosure – indoor
4 Sheet metal thickness - 2 mm. For cubicle structure
5 Class of ingress protection - IP 54
6 Metal treatment before painting - Seven tank process
7 Painting process - Power coated, oven dried
8 Main Bus bar
Bus conductor - High conductivity, high strength Copper as per schedule
Grade - Electrolytic grade
9 Area of cross section (sq.mm)
No. of bus bar per phase
Current density (A/sq.mm) - not less than 0.75A/ sq.mm (to be specified by the party)
10 Minimum clearance of bare bus and connections
Phase to phase (mm) - 25mm
Phase to earth (mm) - 25mm
11 Bus bar insulating sleeves / barriers
Insulating sleeve material - Heat shrinkage colour sleeves
Insulating barriers - SMC/DMC
12 Bus support insulator
Make - to be specified
Material - SMC/DMC
Voltage class - 660V minimum
Power frequency with stand voltage for 1 min.in KV - 5KV
Minimum total creepage distance I) Ph. To PH., Ph. To Gnd. / Neutral - 25mm ii) Neutral to Gnd. - 19mm
13 MCCBs Make - As per approved list enclosed
herewith
Standard (IS/BS)
Type - Panel mounting type
Rated operating volt (V) - 415 volt
Rated nominal current (I)- not less than 400A
Making capacity: 110KA
Breaking capacity - not less than 35KA
Short time withstand current: 35KA for 1 sec
Rate insulated voltage - 600V
MCCB shall have LSIG static protection release with communicable and to be connected to MODBUS network with required inter-phase module
MCCB shall be fitted motorised mechanism and shall be plugin version or withdrawable version
14 Current Transformer
Make - As per approved list enclosed herewith
Frequency and voltage - 50Hz / 415V
Ratio - 400/5
Rated VA burden: as per design
Accuracy class - Class I
Class of insulation as per design
CT standard - Shall conform to relevant
Type of mounting: bus-bar mounting
15 Lamps
Make - As per approved list enclosed herewith
Type - LED type
Rating - 230V AC
16 Multi-function Panel meters
Make - As per approved list enclosed herewith
Type - Digital flush mounting
Size: 90mm x 90mm flush mounting
Measurement data
1. Voltage
2. Current
3. Tri-vector measurement
4. Energy
5. P.F
6.Excitation voltage
7.Excitation current
8. Frequency
All meter and relay shall communicable to SCADA system - Communication RS 485 connection using MODBUS RTU protocol and ready to be connected to SCADA. Required interphase modules for meter and MCCB shall be provided in the panel with required interconnection
17 Control wiring a. Type - Single core PVC insulated 1100V grade multi stranded copper conductor cable b. Size of cable: 1.5 sq.mm for potential circuit and 2.5 sq.mm for current circuit c. Insulation - 1100V
Size/rating of control terminal blocks a. Make b. Current rating c. Type of terminal Voltage class of control terminal blocks - 500V d. Suitable for copper cable sizes sq.mm e. %Spare terminals furnished f. Overall dimensions in mm (LXBXH) g. Approximate weight in Kg
Terms and conditions
Sl No.
Tender Specification Compliance Statement (Y/N)
1 Validity of the offer shall be 120 days from the date of opening of technical bid
2 1set is to be installed in RRSSC new campus, Jodhpur, Rajasthan and another set is to be installed in North eastern space application Centre, umium, Shilling, Meghalaya.
3 OEM certificate issued by Diesel engine and alternator shall be submitted
4 Taxes and duties applicable shall be clearly indicated
5 Road permit declaration will be issued by ISTRAC
6 Excise duty exemption certificate will be issued by ISTRAC
7 Respective state pollution control board clearance shall be obtained and shall be submitted for operating DG sets
8 central electricity authority or respective state electrical licensing authority clearance shall be obtained and shall be submitted for operating DG sets
9 Payment terms as mentioned below
10 67.5 % of total contract value against delivery
10.1 12.5% of total contract value against installation of DG sets
10.2 10% of total contract value against commissioning of DG sets
10.3 Balance 10% against handing over document and license obtained from electricity authority and pollution control board for operating DG sets
10.4 Delivery: Immediate requirement.
11 Site condition: Site is ready for installation
12 The successful bidder shall submit security deposit @ 10% on the tendered amount within 15days from the date of issue of letter of acceptance or purchase order
13 Bank guarantee may be submitted in lieu of security deposit.
14 Security deposit will be returned upon successful completion of work and satisfactory completion of warranty period
15 DG set shall be warranted for the period of 5000hours of operation or 30months from the date of delivery or 24months from the date of commissioning whichever is earlier.
Eligibility criteria
Sl No.
Tender Specification Compliance Statement (Y/N)
Deviation Statement
1 The following eligibility criteria shall be fixed for issuing of tender / participating in the tender for the agencies
2 The agency shall be either original equipment manufacturer or authorised dealer of DG sets
3 dealership certificate issued by OEM of DG set shall be submitted
4 The agency should have successfully completed supply, installation, testing and commissioning of not less than 200KVA DG sets in the past 5years ending 31.03.2014 in any central Government department, PSU, state govt, etc.
5 The agency should not have been failed to execute the order for the similar work in the past 5years in any ISRO centres/ units.
6 The agency shall submit Demand draft or bank guarantee for the value of Rs. 1,00,000.00 towards earnest money deposit (EMD) drawn in the favour of Senior accounts officer, ISTRAC, Bangalore payable at Bangalore in the techno-commercial bid.
7 If EMD is not submitted by the agency, offer will not be considered.
8 EMD will be absolutely forfeited if the agency fails to execute the order. EMD will be returned to all unsuccessful bidders.
9 EMD submitted by successful bidder will be returned upon completion of execution of order along with final payment.
TRGS 2014000203-01
Documents solicited from vendor
Tenderer shall submit the compliance statement for the following enclosed technical documents with this tender.
1. Part-A explaining general terms
2. Item specifications in brief – compliance
3. Detailed specification of 200KVA DG set, AMF panel including installation
4. Minimum guaranteed specification - compliance
5. Department Terms and conditions – compliance
6. Eligibility criteria - compliance
7. Product catalogue
8. List of clients with address and contact nos.
9. Un-priced bill of materials.
10. Submission of earnest money deposit with the tender
,
'
lI$"fOF APPR( iRD MAK,I$ WITH EFFECT FFtOM1:44tM2013
.~,
Samemakesunderiten €i I K-lite, ligman.
In addition to makes un :Ie'also.PhiL&L
BPL IIMCO.
Duke, ~vf1ics. BCH..Electrlc,
" "" ,.-,., ""..,,,,: ,,,--,,,..,,,".,,:---".,'"..
-'_.'-"'"Nameol. brandI mike
Is, .AE. ~IPpeN. Neutronlcs,NS. P.!\FAS.
oltage r gulators Ilied vol ilge AE.
rs Isolatior~transformers
eaves, 13ERKINS. Caterpiltar.
37 l T Capaoltors
38 Automatic Power f( .:torCorrection Relay
39 LT Air circuit break I r
40 Overload relays wit built-inSingle phase prevE:Itors
41 11kV Vacuum clrcl: :breakers
42
43
44 Load Manager Met, rs
45 Static Power meter md logger
46 Single and three pl' Ise Energymeters
47 Air break powerl C, ltrolContactors
mdJ..make._..._..- ,,,'"''
n Greaves,
'I above and TDPS.
ts Ltd (HVPL), INCAS,. ~PG,Torrent, Nieco,310ster Havell's.ts Ltd, (HVPL), Gloster,ai, Finolex, CCI, RPG,KEllndustries,
ts Ltd (HVPL},Gloster,ai, Flnolex, CCI, RPG,.app Kabel, Rallison,
I)rague, CromptonI Siemens, l & T,
:onzerv, l & T, AREVA
:hl, ABB, C & S,
er controls, ABB,
lEI, Jyothl,EVA T&D( Sohnelder),Easun Revrolle. l&T.
I ~lIs,Neutronics,
T, Conzerv, GE1',MECa, Rishab,
,er.
Siemens, MET, Alind,L & T, Conzerv.
I-Electric, Crompton,anic. C & S.
33.a. Alternators for DG ! i!lts
33.b.
HT Alternators for [ .G sets
34 Armoured HT POWf. cable(both PVC and XU: :)
35 Armoured LT powe cable(both PVC and XlF :)
36
Stamford- AVK, Crorr.ptcLeroy Somer.
Same makes as Item :~3.
Hindustan Vidyut ProljucUniversal, Finolex, CCI,P Industrl(~ ?J..
.yut PrOlj ucINCAS, Polycab, UnivlmTorrent, Nicco, Havell~;,Rallison Unicab.Hindustan t ProdiJcINCAS, Polycab, Uni\'~~reTorrent, Nicco, Havell!., I
cable.istar, Mehar, Asian~S
Greaves, Khatau Junlt:~rEPCOS ASS.
Beluke, Power Monitc I, (
T&D.
L & T, Siemens, GE, .I{OSchneider (Merlin-Gel' n)
L & T, Siemens, GE F owSchneider.
Siemens, Andrew YUIE;r;Salmer Lawrie, Atind, ,\RCrom ton Greaves A~~
Nippen, MECO, AE, I-::~vL &T, Rishab, Rlken.
Clectro systems, AE, C'&Digital, CG Schlumbe/HeProk dv's.
AE, Conzerv, L&T.
Conzerv, CG Schlumbtm
Remco (BHEL), Havel! s,Jyothi, ECE, UE, Capitill,
L & T, Siemens, GE, EI~~Greaves, ABB, Telemscl
SI.N.__....J!..rn~-~~,,,,.,,,,,,,.,,,-"-,-.
Push button staticiactuators
49 Motors
Starters
51 Soft starters
52 Variable speed dr i
53 Protective Relays(EM and Numeric)
54 Smoke detection scontrol panels
55 Cable manageme r
56 UPS (of all ratings
57 a. ( of rating upI
57b, UPS (of rating up Iand invertors
57 c, UPS ( of rating upand Invertors
56 Batteries
59 Heat ICoid Shrink~:kits (HT & LT)
60 Electric perimeter~fencing
Electrical grade FF61 Laminates (substitl
bakelite hvlum) .
62 Rotary Switch
63 Time delay relay
----,.. ...Name.of,
s and key L & T, Siemens, VaisllTeknic, GE Power conAli'a.. Schneid.r, C & :
Kirloskar,Bharat Bijle,=Jyothi, Siemens, GE,
~-
L &T, Siemen, SchneiTeknic, ABS. Cromptcl
-AllenBradley,Cromplc
-es Emerson (Control Tect
Hitachi, Danfoss, Sier--
ASEA, ALIND, Brown IAREVA T&D. Jyoti, L 5
Insor, NOTIFIIIR, Hochki, niAppollo, Simplex, SienEdward...Tel.~re Morle
s.ystem MK, LK, Centaur, MOSOBO Bettermann,
-Libert (Emerson), MitsLRiello AROS,epi, MGli:
-
60 kVA) In addition to makes Sf.I
Numeric, Socomec,-In addition to makes sp
I 30 kVA) 57a,APLAB, EATON , GE,
) 10 kVA) In addition to the makEI
57 a, 57 b,Power one, Con$ul, En
Exide, Amco, PanasorAmararaja,
,Iejoint REYCHEM, M-SEAL,
~curity IBEX, ECIL.
)
te for Electro fibres.
~&T, GE Power contr
L & T, GE Power contrElectric, ASS, Hager, l
mdJmake.._...._-- "..
v, SCH-Electric ,I, Crompton Greaves,
:rompton Greaves3.
r, GE Power controls,
iques), ASB, Nelco,s, Landis & Staefa,
leri, Easun , Siemens,, CSPC, Prok dv's.
I I, Honey well,IS,Ziton , Secutron,
~::R eublq,
i~hi, Piller,PC).
-.madunder 56,
ifled under item 56,
LTRON , APC
-0 pecified under 56,
i ec, Dubas,
Sonnenchein,
Multi pressings,
-
-
Siemens, Jainson.
-, Siemens, BCH-I'and.
'.
....
1atre..
, (
\.8
je1,
30, or
'0er
'1, I
:b(P
ec
<E
ie,
3M
: Is
:18Hg
Sl. ItArn1'4'0.
64 Timer
65 Selector switch I to~switch
66 Electrical bus ducts
Thermoplastic
67 (Poly carbonate) S'Ibox/Junction box ai'distribution boards
68 Cable trays(P\lC, F'RP &GI)
69 Sandwiched SusbaTrunking System
Double Walled Corr70 (DWC) HOPE Pipe:~
Cables)Advanced Lightninf;
71 Protection System (WarnIng LightningFsystem)
72 UnItized!PackageSubstation
-
u+'"""_.
- > «"~__n. .. ...Nlam.e.of-b
-L & T, GE Power controlABS, Havells, Hager, LEI
-~Ie L&T, Kaycee, Jay, Tek
In addition to approved ISTARDRIVE also.
itch Hensel, Devipolymer, Sj
Profab, Sintex, Indiana,Cablofil( Legrand), OS<Sumio ComDosites.
C&S, L&T,Legrand, GE
Igated( for UG Manufactured by Mis RE
:arly ERiCa, INDELEC,Sher'otection
ASS, Schneider, ArevaGreaves, Siemens,
,Et/mak-e...
:>iamens,SchneIder,Ind.
panel manufacturers,
I!X,ASS, Spelsberg.
1ny Systems , L&T,,attermann,
-argy, Schneider,
-
I:>olyextrusions.
-
:
-I), PETE, Crompton
-
r---
ra
~rc
\1'1
Pa>8
t ?,c
r&
The following Additional points shall be noted while making request for tender documents: 1. Separate request shall be made for tender document indicating tender number and item together with
prescribed tender fee to the Senior Purchase and Stores Officer, ISRO Telemetry Tracking and Command Network (ISTRAC), Plot No.12 & 13, 3rd Main, 2nd Phase, Peenya Industrial Area, Bangalore-560 058 only. The envelopes containing such request shall indicate “Request for Tender Document" only and 'Tender Number and due date should not be mentioned on the envelope.
2. The tender fees should be in the form of crossed demand draft from any Nationalised Bank, payable at Bangalore in favour of Accounts Officer, ISTRAC, Peenya, Bangalore-560 058. Money Order, Cash or Cheque will not be accepted. The date of demand draft should not be prior to the date of this advertisement/website intimation.
3. Tenderers should bring authorisation letter/identification while attending opening of the tenders. 4. In the event of any date indicated in the tender is a declared holiday, the next working day shall
become operative for the respective purpose mentioned therein. 5. Late/Delayed offers will not be accepted and will summarily be rejected. 6. ISTRAC, Bangalore will not be responsible for any delay/loss of documents in transit. 7. Right to accept or reject any quotation in full or part thereof without assigning any reason whatsoever is
reserved. 8. Indian agents while Quoting on behalf of their principals shall provide necessary authorization letter
from their principals. It may be noted that an Indian agent cannot submit two or more quotations on behalf of two or more different foreign principals for each tender. If submitted all offers will be rejected.
Please note that in case DD towards cost of Tender Documents is not enclosed with the quotation, your quotation is liable for rejection.
* * * * * *
ANNEXURE ‘X’
IMPORTANT INSTRUCTIONS TO TENDERERS (TWO PART TENDER) 1. IT IS PROPOSED TO HAVE A TWO COVER SYSTEM FOR THIS TENDER: TECHNICAL AND COMMERCIAL PART IN ONE COVER PRICE PART IN ONE COVER 2. TECHNICAL AND COMMERCIAL PART
TECHNICAL AND COMMERCIAL PART SHOULD CLEARLY INDICATE IN ADDITION TO THE TECHNICAL DETAILS, PLACE OF
DELIVERY i.e, ISTRAC’s SITE, BANGALORE, SUPPORT OF SYSTEMS DURING WARRANTY AND POST WARRANTY PERIOD PAYMENT TERMS, VALIDITY, WARRANTY/GUARANTEE, DELIVERY PERIOD, DELIVERY SCHEDULE, LIST OF SIMILAR INSTALLATION, CATALOGUE ETC.,
COMPLETE TECHNICAL LITERATURE/LEAFLET RELEVANT TO THE OFFER ARE TO BE ENCLOSED TO THE TECHNICAL AND
COMMERCIAL PART OF THE TENDER PLEASE ENCLOSE A COMPLIANCE STATEMENT FOR ALL THE SPECIFICATION, TERMS/CONDITIONS (POINT BY POINT)
COVERED IN THE ENCLOSED TECHNICAL COMPLIANCE REPORT. ALSO, ENCLOSE A COPY OF THE DETAILS INDICATED IN PRICE QUOTATION (WITHOUT PRICES OR BY MASKING THE PRICES) MAINLY TO KNOW THE ITEMS/SPECIFICATIONS FOR WHICH YOU HAVE INDICATED PRICES IN PRICE BID. THIS PART SHOULD NOT CONTAIN PRICES.
IF THE TECHNICAL OFFER CONTAINS ANY PRICE INFORMATION THE OFFER IS LIABLE TO BE REJECTED.
3. PRICE PART
a. PRICE PART WITH DETAILED BREAK-UP SHOULD ONLY INDICATE PRICES WITH TAXES IF ANY APPLICABLE SEPARATELY. PLEASE NOTE THAT PRICES SHOULD NOT BE INDICATED IN TECHNICAL AND COMMERCIAL PART.
b. PRICES ARE TO BE SEPARATELY GIVEN FOR THE RECOMMENDED SPARES IF APPLICABLE. c. THE COVERS i.e., ‘TECHNICAL & COMMERCIAL PART’ COVER AND “PRICE BID” COVER SHOULD BE SEALED AND
SUPERSCRIBED WITH TENDER NUMBER, DUE DATE, ADDRESS, NATURE OF BID ETC., d. IMPORTANT: THE WORDING “TECHNICAL AND COMMERCIAL OFFER” SHOULD BE MENTIONED ON THE TOP OF THE
ENVELOPE VERY CLEARLY SIMILARLY THE COVER CONTAINING THE PRICE BID SHOULD BEAR THE WORDINGS “PRICE BID”.
e. BOTH, TECHNICAL AND COMMERCIAL BID COVER AND PRICE BID COVER ARE TO BE SEALED IN SEPARATE COVERS AND THEY ARE TO BE KEPT IN A SINGLE COVER SUPERSCRIBED WITH TENDER NUMBER DUE DATE AND TIME. THE OUTER COVER THUS PREPARED SHOULD BE SENT TO THE FOLLOWING ADDRESS TO REACH US ON OR BEFORE THE DUE DATE SPECIFIED IN THE TENDER FORM (ENCLOSED).
SENIOR PURCHASE & STORES OFFICER (PURCHASE) ISRO TELEMETRY TRACKING AND COMMAND NETWORK (ISTRAC / ISRO) PLOT NO.12 & 13, 3RD MAIN, 2ND PHASE
PEENYA INDUSTRIAL AREA, BANGALORE-560 058 (KARNATAKA) INDIA f. THE OFFERS SHOULD BE VALID FOR A MINIMUM PERIOD OF 120 DAYS FROM THE DUE DATE. g. OFFERS DULY AUTHENTICATED UNDER THE HAND AND SEAL OF THE COMPANY’S AUTHORISED PERSONNEL BE SENT
AND NO FAX/TLX/CABLE/E-MAIL OFFERS WILL BE ACCEPTED. h. THE “TECHNICAL AND COMMERCIAL” PART WILL BE OPENED AT THE FIRST INSTANCE AND INCASE OF ANY
CLARIFICATIONS/NEGOTIATIONS FOUND NECESSARY, THE SAME WILL BE SOUGHT FROM THE BIDDERS WITHOUT OPENING THE PRICE BID AND THEREAFTER THE PRICE BID WILL BE OPENED.
i. IF PRICE CHANGE IS ENVISAGED DUE TO TECHNICAL CLARIFICATIONS/NEGOTIATIONS, YOU MAY BE GIVEN AN
OPPORTUNITY (BEFORE OPENING THE PRICE BID AND WITHOUT REVEALING THE PRICES) EITHER TO CONFIRM OR TO SUBMIT THE REVISED OR SUPPLEMENTARY PRICE BID IN A SEALED ENVELOPE.
j. LATE AND DELAYED TENDERS WILL NOT BE ACCEPTED.
* * * * * *
1
IMPORTANT INSTRUCTIONS - TO TENDERERS (INDIGENOUS STORES)
PLEASE COMPLY THIS (WITHOUT FAIL) FOR SPEEDY CONSIDERATION / DECISION OF YOUR OFFER
1. PLEASE QUOTE ACCORDING TO THE UNITS INDICATED IN THE ‘INVITATION TO TENDER’, ONLY FOR
SPEEDY EVALUATION.
2. PLEASE QUOTE FIRM PRICE FOR DELIVERY AT OUR SITE/F.O.R DESTINATION BASIS (INCLUDING PACKING AND FORWARDING) I.E., PURCHASE & STORES OFFICER (STORES), ISTRAC, PLOT NO. 12 & 13, 3RD MAIN, 2ND PHASE, PEENYA INDUSTRIAL AREA, BANGALORE - 560 058.
3. OUR BEING GOVERNMENT OF INDIA ORGANISATION, OUR PAYMENT TERMS ARE ONLY ‘FULL PAYMENT WITHIN 30 DAYS’ AFTER ACCEPTANCE AT OUR SITE. PLEASE QUOTE ACCORDINGLY. OTHER TERMS AND PAYMENT MAY BE CONSIDERED ONLY IF SUITABLE CASH DISCOUNTS FOR “AGAINST DELIVERY BY ISTRAC STORES” (NOT THROUGH BANK) ARE OFFERED.
4. VALIDITY OF YOUR OFFER SHOULD BE ATLEAST 120 DAYS FROM THE DATE OF OPENING.
5. PERCENTAGE OF SALES TAX AND EXCISE DUTY (FOR GENERAL ITEMS) IF ANY, SHOULD BE SHOWN SEPARATELY AND CLEARLY IN YOUR QUOTATION. PLEASE AVOID THE TERM, ‘TAX/EXCISE DUTY AS APPLICABLE’. ALSO WHEREVER E.D. EXEMPTIONS BASED ON CERTIFICATES (FOR OUR R&D USE) ARE PROVIDED BY ISTRAC (IF AND WHEN AN ORDER IS FINALISED) IN TERMS OF EXCISE NOTIFICATION NO. 10/97 DATED 1.3.1997, YOU SHALL NOT CHARGE SUCH E.D. AND SUPPLY (WHEN ORDERED) HAS TO BE AFFECTED AS PER ORDERED PRICE ONLY.
6. PLEASE SPECIFY THE ‘MAKE’ OR ‘BRAND NAME’ OF THE ITEM OFFERED WHILE QUOTING.
7. PLEASE REFER ENCLOSED TENDER TERMS / INSTRUCTIONS TO TENDERERS AND TERMS AND CONDITIONS FOR FURTHER DETAILS.
8. PLEASE INDICATE YOUR VAT – TIN NUMBER IN YOUR QUOTATION.
2
FORM NO.P003
INSTRUCTIONS TO TENDERERS
1. Tenders should be sent in sealed envelopes superscribing the relevant Tender No. and the due date of opening. Only one tender should be sent in each envelope.
2. Late / delayed tender will not be considered. 3. Sales Tax and / or other duties / levies where legally leviable and intended to be claimed should be distinctly shown
separately in the tender. 4. As a Government of India Department, this office is exempted from the payment of octroi and similar local levies, Tenderers
shall ensure that necessary exemption certificates are obtained by them from the Purchase & Stores Officer (Purchase) concerned to avoid any payment of such levies.
5. (a) Your quotation should be valid for 120 days from the date of opening of the tender. (b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in
terms of units other than those specified in the tender form relationship between the two sets of units must be furnished. 6. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at
site. 7. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be
furnished along with the offer. (b) Samples, if called for, should be submitted free of all charges by the tenderer and Purchaser shall not be responsible for any
loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expenses.
(c) Approximate net and gross weight of the items offered shall be indicated in your offer, if dimensional details are available, the same should also be indicated in your offer.
(d) Specifications: Stores offered should strictly conform to our specifications. Deviation, if any, should be clearly indicated by the tenderer in their quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and sample, whatever necessary along with the quotation. Test certificates wherever necessary should be forwarded along with supplies. Whenever options are called for in your specification, the tenderer, should address all such options, wherever specifically mentioned by us. The tenderer could suggest changes to specifications with appropriate justification in response for the same.
8. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right to acceptance of the whole or part of the tender or portion of the quantity offered and tenderer shall supply the same at the rates quoted.
9. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail.
10. The tenderer should supply along with his tender the name of his bankers as well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.
11. The Purchaser reserves the right to place order on the successful tenderers for additional quantity upto 25% of the quantity offered by them at the rates quoted.
12. The authority of the person signing the tender, if called for, should be produced. 13. The purchaser reserves the options to give price preference to the offers from the public sector units etc. over those from
other firms, in accordance with the policies of the Govt. from time to time. 14. For outstation supplies, the consignments shall be despatched by the Supplier through the reliable & reputed transporters
who are recognised by Bankers Association, on Door Delivery basis.
3
Compliance Statement required to be filled by the Vendor and submitted along with
the Quotation (in case of Single Part)/Technical Bid (in case of Dual Part) TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
1. Definitions: a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns. b) The terms ‘Contractor’ shall mean the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor’s Successors, representatives, heirs, executors and administrators unless excluded by the Contract. c) The ‘Stores’ shall mean, what Contractor agrees to supply under the contract as specified in the Purchase Order including erection of plants and machinery and subsequent testing, should such a condition be included in the Purchase Order. d) The term ‘Purchase Order’ shall mean, the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.
2. Prices: Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variations.
3. Security Deposit: On acceptance of tender, the contractor shall, at the option of the Purchaser and within the period specified by him deposit with him, in case or in any other form as the purchaser may determine, Security deposit not exceeding ten percent of the value of the contract as the purchaser shall specify. If the contractor is called upon by the purchaser to deposit ‘Security’ and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the contract and the purchaser shall be entitled to make other arrangements for the re-purchase of the stores contracted for at the risk of the contractor in terms of Sub-Clause (II) and (III) of clause 10 (b) here-of and or to recover from the contractor damages arising from such cancellation.
4. Guarantee & Replacement: a) The contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance. b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use arising from faulty stores, designs or workmanship, contractor shall rectify such defects at his own cost provided he is called upon to do so within a period of14 months from the date of acceptance thereof by the Purchaser who shall state in writing in that respect the stores or any part thereof are faulty. c) If in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the contractor of such defect is given by the purchaser in this regard within the said period of 14 months from the date of acceptance thereof. d) Should be the contractor fail to rectify the defects the Purchaser shall have the right to reject or replace at the cost of the Contractor the whole or any portion of the defective stores. e) The decision of the purchaser, not withstanding any prior approval or acceptance or inspection thereof on behalf of the purchaser, as to whether or not the stores supplied by the contractor are defective or any defects have developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement shall be final, exclusive, and binding on the contractor. f) Performance Bank Guarantee : To fulfill guarantee conditions outlines in Clause 4 (a) to (e) above, the contractor shall at the option of the purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the purchaser for an amount equivalent to 10% of value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.
4
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
5. Packing forwarding & Insurance: The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of package shall be done by and at the expense of the Contractor. The Purchaser will no pay for (will not pay separately for transit insurance) all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition, in accordance with contract.
6. Despatches: The Contractor is responsible for obtaining a clear receipt from the transport authorities specifying the goods despatched. The Consignment should be despatched with clear Railway Receipt / Lorry Receipt. If sent in any other mode it is at the risk of the Contractor, Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on ‘said to contain’ basis. Purchaser pay for only such stores as are actually received by them in accordance with the contract.
7. Test Certificate: Wherever required, test certificate should be sent alongwith the despatch documents.
8. Acceptance of Stores: a) The stores shall be offered by the contractor for inspection at such places as may be specified by the Purchaser at the Contractor’s own risk, expense and cost. b) It is expressly agreed that the acceptance of the Stores are further subjected to final approval by the Purchaser, whose decision shall be final. c) If in the opinion of the Purchase that all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor. d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the Purchaser shall be at liberty, with or without notice to the contractor to Purchase in the open market at the expense of the Contractor, stores meeting the necessary performance and quality contracted for in place of those rejected, provided that either the Purchaser, or the agreement to purchase, from the another supplier is made within six months from the date of rejection of the stores as aforesaid.
9. Rejected Stores: Rejected Stores will remain at destination at the contractor’s risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the purchaser or his representative has at his discretion the right to scrap or sell or consign the rejected stores to Contractor’s address at the Contractor’s entire risk and expense freight being payable by the Contractor at actuals.
5
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
10. Delivery: a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the contract, and delivery must be completed on or before the specified dates. b) Should the Contractor fails to deliver the stores of any consignment thereof within the period prescribed of such delivery, the purchaser shall be entitled at his own option either. i) To recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of 2% of the price of any stores which the Contractor has failed to deliver as aforesaid, for each month or part of a month, during which the delivery of such stores may be in arrears, or; ii) To purchase elsewhere, without notice to the contractor on the account and at the risk of the contractor the stores not delivered or others of similar description (where others exactly complying with particulars are not, in the opinion of the purchaser readily procurable such opinion being final) without cancelling the contract in respect of the consignment (s) not yet due for delivery, or iii) To cancel the contract or portion thereof, and if so desired to purchase or authorise of stores not so
delivered or others of similar description (where others exactly complying with the particulars are not, in the opinion of the readily procurable; such opinion final) at the risk and cost of Contractor. In the event of action being taken under sub-clause (ii) & (iii) of clause 10 above the Contractor shall be liable for any loss which the purchaser may sustain on that account, provided that the repurchase, or if there is an agreement to repurchase then such agreement is made within six months from the date of such failure. But the contractor shall not be entitled to any gain on such repurchase made against default. The manner and method of such repurchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such repurchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages for breach of contract by the Contractor.
11. Extension of time: As soon as it is apparent that contract dates cannot be adhered to, an application shall be sent by the Contractor to the Purchaser. If failure on the part of the Contractor to deliver the stores in proper times shall have arisen from any cause which the Purchaser may admit as responsible ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considered it to be justified by circumstances of the case without prejudice to the Purchaser’s rights to recover liquidated damages under clause 10 here-of.
12. Erection of Plant & Machinery: Wherever erection of a Plant or Machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The contractor shall however, not be entitled to any gain due to such an action by the Purchaser.
13. Payment: Contractor’s bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.
14. Mode of Payment: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.
6
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
15. Recovery of sums due: Whenever any claim for the payment of whether liquidated or not, moneys arises out of or under this contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been taken from the contractor, then the balance or the total sum recoverable, as the case may be shall be deducted from any such then due or which at any time thereafter may become due to the Contractor under this or any other contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the contractor shall pay to the Purchaser on demand the remaining balance due. Similarly if the Purchaser has or makes any claims, whether liquidated or not, against the contractor under any other contract with the Purchaser, the payment of all moneys payable under the contract to the contractor including the security deposit shall be with-held till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor.
16. Indemnity: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this contract are free and clean of infringement of any Patent, copyright or trade mark, and shall at all times indemnify the Purchaser against all claims which may be made in respect of the stores or infringement of any right protected by patent, Registration or design or Trade Mark and shall take all risk of accidents of damage which may cause a failure of the supply from whatever cause arising and entire responsibility for sufficiency of all the means used by him for the fulfillment of the Contract.
17. Arbitration:
In the event of any question, dispute or difference arising under these conditions contained in the Purchase Order in connection with this contract, (except as to any matters the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Head of Office or of some other person appointed by him. It will be no objection that the arbitrator is a Government servant, that he had to deal with matter to which the contract relates or that in the course of his duties as a Government servant he has expressed views on all or any or any of the matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this contract.
a) If the arbitrator be the Head of Office (i) in the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor - in office either to proceed with the reference himself, or to appoint another person as arbitrator, or (ii) in the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of Office to appoint another person as arbitrator, or,
b) If the arbitrator be a person appointed by the Head of Office: In the event of his dying, neglecting or refusing to act, or resigning or being unable to act, for any reason, it shall be lawful for the Head of Office either to proceed with the reference himself or to appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid, “The Arbitration and Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof or the time being in force shall be deemed to apply the arbitration proceedings under this clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible continue during Arbitration Proceedings.
18. Counter Terms and Conditions of Supplies:
Where counter terms and conditions/printed cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.
19. Security for Purchaser’s Materials:
Successful tenderer will have to furnish in the form of a bank guarantee or in and other form as called for by the purchaser towards adequate security for the materials/property provided by the purchaser for the due execution of the contract.
GOVERNMENT OF INDIA DEPARTMENT OF SPACE
ISRO TELEMETRY TRACKING AND COMMAND NETWORK (ISTRAC) BANGALORE-58
PURCHASE DIVISION Telephone : 080-2837 6383 / 2809 4555 Plot No. 12 & 13, 3rd Main, 2nd Phase Fax : 080-2809 4061 Peenya Industrial Area Grams : ISTRAC Bangalore - 560 058 INDIA E Mail : [email protected] Our Ref.: TRGS 2014000245-01 Date: 04.12.2014 (DUAL PART)
(To be quoted in all correspondence) Invitation to Tender
To, Dear Sirs,
Please submit your sealed quotation, in the Tender Form enclosed here along with the description catalogues / pamphlets / literature, superscribed with Our Ref. No. and Due date for the supply of the following items as per the terms & conditions mentioned in Annexure (enclosed). Please ensure that your quotation reaches this office not later than 05/01/2015 at 1500 hrs.
Sl. No. Description Quantity
Required I Supply, Installation Testing & Commissioning of 380 KVA DG Set with AMF Control Module at ILF,
ISTRAC as per Technical Specifications and Make list is enclosed. 1. Tender Notice + Tender Form -- 03 Pages 2. Specifications -- 28 Pages 3. Additional Points -- 01 Page 4. Important Instructions to Tenderers (Two Part Tender) -- 01 Page 5. Important Instructions to Tenderers (Indigenous Stores) -- 01 Page 6. Instructions to Tenderers FORM NO.P.003 -- 05 Pages 7. Tenders shall be opened in the presence of attending Tenderers or their authorized representatives on 06/01/2015 at 10.30 Hrs at ISTRAC, Plot No.12 & 13, 3rd Main, 2nd Phase, Peenya Industrial Area, Bangalore – 560 058. 8. The tender fee of Rs.229/- towards Tender Document in the form of DD drawn in favour of Accounts Officer, ISTRAC, Bangalore-560058 obtained from Nationalised Bank, payable at
Bangalore should be enclosed along with the quotation. Money order, Cash or Cheque will not be accepted. The date of demand draft should not be prior to the date of this advertisement / website intimation.
(Total pages: 39)
01 No.
Delivery at : ILF, LUCKNOW Delivery Required: Earliest
Yours faithfully,
(C S BASAVANNA) Sr. Purchase & Stores Officer
For and on behalf of the President of India (The Purchaser)
TENDER FORM
From: Tender No. TRGS 2014000245-01
Due on 05/01/2015 upto 3.00 PM Purchase & Stores Officer (PURCHASE) Tenderer’s Ref.: Dear Sir, I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold the offer open till …………………………. I/We shall be bound to supply the stores hereby offered upon the issue of the Purchase Order/Contract/Agreement communicating the acceptance thereof on or before the expiry of the last mentioned date. You are liberty to accept any one of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We notwithstanding that the offer in this tender has not been accepted in whole shall be bound to supply to you such items and such portions of one or more of the items as may be specified in said Purchase Order communicating the acceptance. Sl. No. Description Unit Qty. Unit Rate Delivery Date (Note: All the rates should be given both in figures and words) Place at which delivery is required ILF, LUCKNOW Delivery Period As per invitation to tender Date by which the supplies are required I/We have understood the terms of the tender annexed to the invitation to tender and have thoroughly examined the specification drawing and or pattern quoted referred to herein and are fully aware of the stores required and my/our offer is to supply to the stores strictly in accordance with the requirements subject to the terms and conditions contained in the Purchase Order /Contract/Agreement communicating the acceptance of this tender either in whole or in part. Signature of Tenderer Date Phone No.
TRGS 2014000245-01
PART-A
1.0 Introduction
ISTRAC/ISRO invites bids from interested vendors for supply, installation, testing
and commissioning of 380KVA DG set at INC2, ILF, Lucknow.
2.0 General Provisions
2.1 DEFINITIONS
2.1.1 Department: Department means ISTRAC, ISRO, Department of Space of the Government of India.
2.1.2 Contract/ Purchase Order: The term Contract/ Purchase Order shall mean
order and any amendment to order issued by Department including specifications,
terms, conditions, and instructions issued from time to time.
2.1.3 Vendor/ Contractor: Vendor/ Contractor means any individual, Body
Corporate, Company, Undertaking, Establishment or Legal Entity entering into a
contract with the Department & shall include all heirs, Legal representatives,
successors and permitted assigns.
2.1.4 Contract Administrator/ Manager/ Department Representative/Key Personnel:
The term shall mean the appropriate authority declared by the Department who
shall co-ordinate the tasks in the execution of this purchase order.
2.1.5 Site Engineer: The term Site Engineer shall mean the authorized
representative of the Contractor who shall co-ordinate the execution of the contract.
2.1.6 Site: The term Site shall mean the actual place of the proposed work or other
places on which work is to be executed as indicated by Department for the purpose
of carrying out the work.
2.1.7 Works: The term Works shall mean the places where work is performed by the
Contractors.
2.1.8 Bidder shall mean any individual, Body, Corporate, Company, Undertaking,
Establishment or Legal Entity who quotes against the specification.
2.1.9 ‘Manufacturer’ refers to a individual, Body, Corporate, Company or firm who
is the producer and furnisher of material to either the 'Department or the Contractor'
or both under the 'Contract'
2.1.10 ‘Specification’ shall mean collectively all the terms & conditions contained in
those portions of the 'Contract' known as 'eligibility criteria, detailed specifications,
terms and conditions & special terms and conditions
2.1.11 ‘Contract Price’ shall mean, if there is a formal agreement, the prices referred to in the agreement or if there is no formal agreement, the price agreed to be the value of the Contract
2.1.12 ‘Date of Contract’ shall mean the calendar date on which the Department has
issued the Purchase Order to the Contractor
2.1.13 ‘Contract Period’ shall mean the delivery period indicated in the purchase
order.
3. Instructions:
a) Interested bidders are advised to go through the Tender documents carefully
before participating in the bid. This is a two part bid.
b) Transfer of Tender document issued to one Bidder to another is not
permissible. Tender documents shall remain the property of Department and if
obtained by one intending Bidder shall not be utilizable by another without the
consent of the Department.
c) The tender shall be completely filled in all respects and shall be tendered together
with requisite information and Annexure. Any offer incomplete in any particulars is
liable to be rejected.
d) The tender shall be opened on the date and on the time specified in the notice
inviting tender. Tender not received in time shall not be considered.
4 Instructions for two part Bids
Part- I: Should contain only Technical and Commercial details including un-priced
bill of materials
Part- II: Should contain only Price details
1
TRGS 2014000245-01
T E C H N I C A L S P E C I F I C A T I O N S
FOR PRIME POWER RATED 380 kVA LT DG SET
1. SCOPE OF WORK & EXCLUSIONS: The scope of work shall include but not be limited to the supply, installation,
testing and commissioning of the following items. The supplier shall study the
requirements stipulated in the specification and also to suit the site conditions and offer
a complete system with guaranteed performance under the severest operating
conditions specified.
a. 1 No. 415V, 3-phase + Neutral, 380 kVA 1500 RPM, DG set with accessories as specified.
b. Set mounted electronic engine control panel.
c. Radiator cooling system.
d. Exhaust piping including supports.
e. Thermal insulation for exhaust piping.
f. Exhaust stacks with steel supporting system.
g. Fuel piping.
h. Integral Acoustic enclosure.
i. Switchgear panel.
j. Obtaining approval of the installation from pollution control board and all other statutory authorities.
k. Preparation of related schematic and GA drawings for DG installation exhausts
piping, fuel piping, ventilation system, acoustic enclosure, etc.
l. Co-ordination with other agencies to ensure timely completion.
m. Obtaining Diesel Engine manufacturer’s approval of the installation with specific
emphasis on alignment, exhaust & fuel piping and ventilation before commissioning.
n. Testing and commissioning of the installation.
2
o. Housekeeping during the installation work and removal of debris & unwanted
materials on day-to-day basis and clearing the site on completion.
p. Any related work covering supply of installation materials, consumables, etc.
whether specified or not, to render the system fully functional and conforming to the
best engineering standards. This shall include battery charging.
2. DIESEL ENGINE & ACCESSORIES
ENGINE a. The diesel engines shall be of approved make, direct injection, four stroke, multi
cylinder, water cooled, radiator type, turbo charged, operating at a nominal speed
of 1500 rpm and capable of developing 450 BHP.
b. The engine and the governing system shall be suitable for prime power
generating application and shall conform to BS: 5514/ISO 3046. The unit shall be
suitable for operation on high-speed diesel oil available in Indian market.
c. The engine shall be electric start and shall be suitable for battery assisted
manual/auto starting.
d. The governing system of the engine shall be electronic type and suitable to
control frequency variation within + 3%
e. The engine fitments shall include but not be limited to the following.
i. Flexible coupling and flywheel with guard.
ii. Dry type air filter with clogged condition indicator.
iii. Cooling radiator.
iv. Fuel pump.
v. Electronic governor.
vi. Dual fuel filters with on line filter changing provision.
vii. Lube oil pump, oil cooler and filter.
viii. Turbo charger.
ix. 24V DC starter & battery charging alternator.
3
x. Engine mounted electronic control panel to display the following engine and
electrical parameters:
a. Lube oil pressure indicator and temperature gauge.
b. Tachometer for speed indication with Watt-hour meter.
c. Battery charging Ammeter.
d. Starting switch with key.
e. Over speed stop switch with contacts.
f. Low lube oil pressure switch.
g. High water temperature alarm & trip
xi. Stainless steel flexible for engine exhaust.
xii. Stop solenoid.
f. The engine speed shall be regulated through an electronic governing system
which shall also provide the over speed protection. The governor shall ensure
that the speed of the set is regulated within 1% of the nominal speed under
normal operating conditions.
g. The DG set shall be capable of handling step load up to 70% of the capacity
without drooping due to voltage dips. Further the engine shall be capable of
taking full load within 10 seconds of starting.
h. All moving parts of the engine and other associated equipment shall be provided
with guards to prevent accidental contact. The guard shall be designed to
facilitate easy removal and reinstallation.
i. The engine supplied with first filling of oil of required quantity as recommended
by the manufacturers.
3. ACCESSORIES
The following accessories shall be supplied with the DG set.
a. Common base frame for the engine and alternator.
b. Anti-vibration mounts of requisite capacity (Dunlop series S make)
4
c. Residential Silencer.
d. Protective guards for all rotating parts.
e. Electric driven lube oil priming pump complete with hosepipes and couplers.
f. Diesel tank of suitable capacity. Capacity fabricated out of 6mm thick sheet
steel including first filling of diesel. The tank shall be further complete with
overflow pipe, drain pipe, fuel level indicator, valves, manhole with cover,
low-level contact & alarm. The tank shall be contained within the enclosure of
the DG set.
g. 18 SWG galvanized sheet steel trays beneath the engine and day tank to
collect the leakage oil.
Batteries The batteries shall be of heavy duty, high performance lead acid type of Exide make.
Each battery shall be rated 12V. The number and AH capacity shall be selected to suit
the engine requirements.
Battery shall be suitable for six successive starting attempts each of 10 seconds
duration with a gap of 5 seconds between successive starts.
The battery shall be supplied complete with electrolyte and accessories. The
accessories shall include battery stand, battery leads with terminal ends acrylic top
cover and inter battery connectors.
Each battery is provided with a charger to charge the batteries when the set is not
running. The charger shall get disconnected while the generator set is running.
Alarms The following alarms shall be provided in the DG control Panel to indicate & protect
against abnormal operations.
Condition Status Function
Low Oil Pressure 2 stage Alarm Engine Stop
High Water Temperature 2 stage Alarm Engine Stop
Over Speed Alarm Engine Stop
5
Low Fuel Level. Day tank Alarm
High Fuel Level. Day tank Alarm
Earth fault on Alternator Alarm Engine Stop
Fail to start Alarm
Battery charger fault Alarm
Under conditions above ACB/ MCCB of alternator should trip.
On engine over speed, low lube oil pressure, High water temperature the prime mover
also should trip.
4. ALTERNATOR 1500 RPM, 415V, 3-Phase, 380 kVA, star connected, 50 Hz, 0.8 PF, horizontal foot
mounted, double bearing, self-excited, self-regulated, brush less, screen protected drip
proof, continuous duty alternator with class “H” insulation in IP-22 enclosure
incorporating the following.
a. Continuous damper winding.
b. 6 Nos. RTDs and one anti-condensation heaters wired to a separate terminal
box.
c. Pilot exciter.
d. 3 Phase sensing AVR with + 0.5%voltage regulation.
e. Separately mounted adapter box suitable for cable termination of size 2R x
3.5C x 300 sq. mm armoured Aluminium XLPE cable between alternator
terminals and adapter box.
4.1 The alternator shall further meet the following specifications.
a. The alternator shall conform to IS 4722/BS 2613.
b. The alternator shall be suitable for 20% over speed for two minutes.
c. The alternator shall be capable of carrying 50% overload for a duration of one
minute.
d. The alternator shall be capable of carrying 10% overloading for one hour in any
period of 12 hrs running.
6
e. The inertia constant shall be 0.26 second or above.
f. The alternator terminal voltage for any load variation should be maintained
within + 5%.
g. The prime mover response should be such that with 304 kW load throw
OFF/ON for the generator both transient and steady state frequency variation
should be within + 3%. The generator terminal voltage for this load variation
should be maintained with + 5%.
h. The field coil terminals shall be wired to terminal box for external speed control.
i. Both ends of each phase winding shall be brought to the terminal box.
j. The alternator shall withstand a 3-phase short circuit at the terminals for a
period of 3 seconds.
k. The total harmonic distortion shall not exceed 3% and the design shall permit
upto 30% unbalance between phases while in operation.
l. Automatic mains failure control module: AMF module shall be with
generator monitoring, protection and start facilities. Controller shall have a large
LCD screen display the generator’s each parameter, and control system
running and alarm information. Controller shall be with mode switch button,
start/stop button, emergency button and LED indicator lights. This module may
be installed in the DG set itself or in the main MV panel (EB panel) located in
the Substation approx. 100M away from the building.
5. METERING: a. Multifunction meter capable of indicating voltage, current and power factor
b. Epoxy resin cast current transformer of appropriate class and burden for
metering and 5P10 class for protection.
c. Voltmeter for DC exciting voltage.
6. PROTECTIONS: a. 1 no. combined 3 element over current and earth fault relay with IDMTL
characteristics. b. 1no. under voltage relay. c. 1no. over voltage relay.
7
7. PERFORMANCE: With the integral acoustic enclosure, the sound pressure levels when measured at a
distance of 1m outside the DG enclosure louvers shall be not more than 75 dB (A)
under free field conditions.
8. DIMENSIONS : The overall dimensions of the enclosure shall be such as to provide free movement
all around the DG set inside the enclosure. Two sliding doors of adequate size shall be
provided on either side of the DG set to facilitate easy inspection and carry out
maintenance works.
9. PIPING & ACCESSORIES: a. The piping shall be of Class “B” M.S pipe of 150 mm dia.
b. All accessories such as strainer, isolating valves, non-return valves etc. shall
be supplied as required based on approved piping layout drawings.
c. The piping schematic shall be submitted with the bid, which should include
supply, over flow return from engine & drain pipes.
d. The piping shall be painted with one coat of primer and two coats of finishing
paint of approved colour.
e. One number manual gear pump for filling the day tank shall be supplied per
DG.
10. SPARES: The DG set will be supplied with the following spares, which shall be handed over at the
time of commissioning for each set.
i. 2 sets of renewable parts of oil, fuel & air filters. ii. 2 Nos. fan belts. iii. 5 Nos. spare fuses of each type & size used. iv. 2 spare relays of each type. v. 2 sets of fuel injectors. vi. 1 No. Manual gear pump
11. INSTALLATION :
8
The tenderer shall undertake the installation work at site. The general scope of
installation work shall include the following.
12. DIESEL GENERATOR SET a. The assembled Diesel Generator set shall be installed in the container on anti-
vibration mounts. The unit shall be visually inspected for any transit damage.
b. The contractor shall arrange for the inspection of the set by the diesel engine
manufacturer’s authorized representative and obtain his approval before rolling the
set.
c. The fuel oil day tank shall be installed over the drip tray at the location indicated.
d. The batteries shall be fully charged, installed and connected.
e. The battery charger shall be heavy duty.
13. FUEL PIPING a. The fuel piping shall include supply and installation of Class “B” MS pipes of
adequate size with necessary valves and accessories required for the supply &
return lines from day tank to the engines. The pipes shall be painted with primer
over which 2 coats approved colour paint shall be applied.
b. The joints in the line shall be properly sealed to avoid any leakage of fuel.
14. EXHAUST PIPING a. The exhaust piping shall be fabricated from 6mm thick MS pipes.
b. The exhaust piping and the silencers shall be insulated using 50mm thick
mineral wool inside the container & upto the exhaust stack. The insulation shall
be cladded with 24 SWG aluminium sheet.
c. The exhaust pipe shall be supported using spring suspension supports.
d. The length of exhaust pipe shall be as per CPCB norms. The stacks shall be
welded at site and erected over the MS framework. The entire length including
the flanges bolts and washers shall be aluminized inside and outside to inhibit
corrosion. A weather cowl shall be provided on top.
e. All tools and tackles used for the erection shall have valid safety certification.
9
15. ELECTRICAL INSTALLATION: a. The contractor shall appoint an experienced full time engineer throughout the
installation period till the sets are handed over.
b. The contractor shall carry out the control cabling from the engine control panel
to the breakers in the main panel.
c. Connecting block with wiring diagram shall be provided in the DG Panel for
integrating with the EB Panel.
16. 0 TESTING: 16.1 AT MANUFACTURER’S WORKS The routine tests and full load test on Engine, Alternator shall be carried out at
manufacturer’s work in accordance with applicable Indian standards in the presence of
Department’s representative.
16.2 TESTING AT ‘OEA’s WORKS Following tests shall be conducted at the assembler’s work in the presence of
Department representatives.
Trial run of the set and load testing including overloading conditions for continuous 12
hours or till satisfactory results have to be rendered in conformity with relevant IS/BS.
The equipment should be load tested continuously for 12 hours on full load and out of
which one hour should on overload. All consumables like diesel, lubrication oil etc., and
loads should be supplied by the contractor. Please note that the above tests are in
addition to pre-dispatch tests to be conducted at supplier’s works.
16.3 SITE TESTING Following tests shall be conducted at site in the presence of the Department’s
representative before energisation. The contractor shall provide all testing equipment,
labour and consumables required for the testing.
a. Checking the alignment by engine manufacturer’s representative and obtaining
approval.
b. Insulation resistance test on alternator, control panel and cabling/Bus bar
Trunking.
10
c. Checking the engine safeties for satisfactory operation.
d. Checking vibration levels.
e. Testing of individual protective devices on engine and alternator and ensuring that
the wiring is carried out properly.
f. Full load running for 12 hours continuously. All the readings shall be logged to
evaluate the fuel consumption, lube oil pressure, water & oil temperature vis-à-vis
the electrical load.
g. One-hour overload testing at 110% load shall be carried out at the end of the full
load trial.
h. The guaranteed specific fuel consumption shall not exceed 150 grams/BHP. HR
with a tolerance of + 2.5 %. The same shall be proved during the load trial.
i. The noise level at 1m from the enclosure and the temperature rise inside the
enclosure shall be measured.
j. Any deviation from the guaranteed parameters shall be made good and these
performance parameters should be measured once again till the required results
are achieved.
k. The DG set shall be deemed to be commissioned after satisfactory performance of
all associated equipment.
17. 4 TAKING OVER The Department will take over the DG set for operation on completion of the following:
a. DG set are installed, tested and commissioned as per the specifications.
b. Original test certificates are furnished for engine, alternator, acoustic enclosure,
centrifuge and all other bought out items.
c. Load trials are successfully conducted including the performance of acoustic
enclosure and ventilation fans.
d. Approvals are obtained from Pollution Control Board and Electrical Inspectorate.
e. 6 sets of AS BUILT documentation, spare parts list, maintenance chart and
operation and maintenance manual are to be submitted.
11
f. The set shall be handed over with first fill of lube oil and day tanks full of diesel oil
along with spares mentioned.
18. GUARANTEE
18.1 DG SET The DG set and accessories shall be guaranteed for satisfactory operation for a period
of 24 months from the date of commissioning or 5000 running hours from the date of
supply whichever is earlier. Any defects noticed during this period shall be rectified free
of cost.
The supplier shall indicate the type of records to be maintained so that the warranty
claims if any are honoured by the manufacturer.
The design and installation of acoustic treatment shall ensure that the noise level at 1m
from the DG at any point shall not exceed 75 dBA while operating the set at rated load.
19. DOCUMENTATION As a part of the equipment supply, following documentation shall be furnished.
a. General arrangement plan of DG set. b. Piping schematic diagram c. Chimney fabrication drawing. d. Layout of fuel and exhaust piping. e. Layout and constructional details of acoustic treatment. f. Calculations for ventilation system design. g. Engine wiring diagram. h. Test certificate for engine and alternator. i. Installation, operation and maintenance instructions for diesel engine,
alternator. j. Spare parts list. k. Approval from Pollution Control Board. l. Approval from CEA for operation of DG set
20. SCHEDULE OF TECHNICAL PARTICULARS All the installation shall fully conform to the requirement stipulated and the tests shall be
carried out as stipulated. Deviations if any shall be clearly brought out in the tender.
12
TECHNICAL SPECIFICATION FOR ACOUSTIC ENCLOSURE 1. SCOPE OF SUPPLY: Supply of containerized type Acoustic Enclosure each suitable for 380 kVA DG set
driven by radiator cooled diesel engine.
2. DESCRIPTION:
The acoustic enclosure shall be of free standing, floor mounting type integral with
the DG set. The enclosure shall be provided with rugged heavy-duty structural steel
base frame with chequered plate flooring on which the DG set is to be mounted. The
enclosure shall be prefabricated factory-built and modular in construction, so that it can
be easily assembled at site around the DG set. The enclosure shall consist of
acoustically treated panels housed in rugged steel frames, which shall be bolted
together to from the body of the enclosure. Sliding doors shall be provided, on either
side, which shall also be acoustically treated, thereby providing easy access to the DG
set while minimizing the operating space requirements. The construction of the acoustic
enclosure shall be such that with both the acoustic doors open on the either side, full
access is available to the engine and alternator. For fresh air inlet into the system a
parallel baffle air inlet silencer shall be provided. Additionally, to augment the fresh air
inlet requirements, a forced air ventilation duct with associated silencer shall be
provided above the alternator. For hot air discharge, an acoustic discharge plenum shall
be provided in front of the engine radiator, for discharge of hot air into the surroundings
through a parallel baffle air outlet silencer. The enclosure shall have suitable openings
in the roof module for exhaust piping. The acoustic enclosure shall comply with CPCB
standards.
3. CONSTRUCTIONAL FEATURES: a. The construction and design of the Acoustic enclosure shall be very rugged,
durable and shall be virtually maintenance free.
b. The acoustic panels shall be filled with a special grade high-density mineral wool
retained on the inside by perforated GI sheets specially designed for optimum
sound attenuation.
13
c. The outer surface of the Acoustic Panels shall be fabricated of performed 16G
corrugated CRCA sheet steel of SAIL make only. All sheet steel frames shall be
of 16G CRCA sheets of SAIL make only.
d. All structural members such as angles/channels used in the construction of the
enclosure frame shall of TISCO/SAIL make only.
e. All materials used for Acoustic Enclosure shall be fire resistant/fire retardant
grade.
f. The sheet steel treatment shall consist of degreasing, de-rusting and
phosphating followed by two coats of zinc chromate primer, followed by two coats
of Zinpholite surface for superior corrosion resistance and two coats of finish
paint.
g. For effective Acoustic sealing, necessary gasket material shall be provided.
h. All hardware and fittings used shall be passivated with zinc.
4.0 PERFORMANCE:
The sound level at a distance of 1m from the enclosure shall not exceed 75 dB(A) under
free field conditions
5. DIMENSIONS:
It shall be ensured that at least 1000mm (min.) clear space is available all around the
Acoustic Enclosure to ensure free air flow for the Gen set as required and to facilitate
accessibility for generator operation and routine maintenance.
Two light points controlled by a switch complete with 36W fluorescent Luminaries and
lamps shall be provided. Provision shall also be made for fixing a heat detector inside
the acoustic enclosure, which will be connected to the central fire alarm panel.
Necessary openings shall be made for the entry of power cable and control cables, fuel
piping, exhaust piping, air inlet pipe etc.
With the installation of the acoustic enclosure, there shall not be any de-rating of the DG
set. The maximum temperature of oil and water shall not exceed the limits prescribed
by the manufacturer of the engine. The DG set shall give rated output continuously.
14
Guaranteed Technical Particulars to be furnished by Tenderer
Sl. No. Description Tenderer’s Compliance
380 kVA DG 1 Source
2 Manufacturer
3 Engine
3.1 Engine Model
3.2 Engine Rating
3.3 Engine Power
a) Gross BHP
b) Net BHP
3.4 No. of Cylinders
3.5 Engine RPM
3.6 Aspiration
3.7 Type of Starting
3.8 Type of Fuel
3.9 Type of cooling
3.10 Recommended lube oil change
3.11 Over haul
3.12 Systems ( flow diagram is to be enclosed )
a) Governing arrangement
b) Cooling systems
c) Fuel
d) Lubrication
e) Exhaust
15
f) Air filtration, dry type/other type
h) Protection
3.13 Type of coupling
3.14 Type of silencer
3.15 Max. ambient temperature
3.16 Speed Regulation
3.17 Efficiency
3.18 Standard/optional accessories
3.19 Weight of the Engine
3.20 Engine Protections provided
3.21 Noise level at 1 m from the set
4 ALTERNATOR
4.1 Alternator Make
4.2 Alternator Rating ( Design )
4.3 Continuous output rating
4.4 Max. rating kW @ 0.8 PF
4.5 Harmonic distortion level
4.6 Rated Voltage
4.7 Full load current
4.8 Excitation
a) Excited voltage, DC volts
b) Excided current
4.9 Overload capacity
4.10 Voltage regulation
16
4.11 Accessories required
4.12 Degree of protection
4.13 Class of insulation
4.14 Weight of the Alternator
5 Protection considered
6 GENERAL
6.1 Erection
6.2 After sales service
6.3 Annual Maintenance Charge
6.4 Spares availability
6.5 Spares required for Engine & Alternator
6.6 Overall Dimensions
6.7 Weight of the total set
6.8 Foundation details
6.9 Operating cost
6.10 If any other requirements
7 ACOUSTIC ENCLOSURE
7.1 Dimensions
7.2 Sound level at 1 m from the enclosure
Terms and conditions Sl
No. Tender Specification Compliance
Statement (Y/N)
1 Validity of the offer shall be 120 days from the date of opening of technical bid
2 1set is to be installed outdoor near INC 2 substation, ILF, Lucknow
3 OEM certificate issued by Diesel engine and alternator shall be submitted
4 Taxes and duties applicable shall be clearly indicated
5 Road permit declaration will be issued by ISTRAC
6 Excise duty exemption certificate will be issued by ISTRAC
7 Respective state pollution control board clearance shall be obtained and shall be submitted for operating DG sets
8 central electricity authority or respective state electrical licensing authority clearance shall be obtained and shall be submitted for operating DG sets
9 Payment terms as mentioned below
10 67.5 % of total contract value against delivery
10.1 12.5% of total contract value against installation of DG sets
10.2 10% of total contract value against commissioning of DG sets
10.3 Balance 10% against handing over document and license obtained from electricity authority and pollution control board for operating DG sets
10.4 Delivery: Immediate requirement.
11 Site condition: Site is ready for installation 12 The successful bidder shall submit security
deposit @ 10% on the tendered amount within 15days from the date of issue of letter of acceptance or purchase order
13 Bank guarantee may be submitted in lieu of security deposit.
14 Security deposit will be returned upon successful completion of work and satisfactory completion of warranty period
Eligibility criteria
Sl No.
Tender Specification Compliance Statement (Y/N)
Deviation Statement
1 The following eligibility criteria shall be fixed for issuing of tender / participating in the tender for the agencies
2 The agency shall be either original equipment manufacturer or authorised dealer of DG sets
3 dealership certificate issued by OEM of DG set shall be submitted
4 The agency should have successfully completed supply, installation, testing and commissioning of not less than 380KVA DG sets in the past 5years ending 31.03.2014 in any central Government department, PSU, state govt, etc.
5 The agency should not have been failed to execute the order for the similar work in the past 5years in any ISRO centres/ units.
6 The agency shall submit Demand draft or bank guarantee for the value of Rs. 1,00,000.00 towards earnest money deposit (EMD) drawn in the favour of Senior accounts officer, ISTRAC, Bangalore payable at Bangalore in the techno-commercial bid.
7 If EMD is not submitted by the agency, offer will not be considered.
8 EMD will be absolutely forfeited if the agency fails to execute the order. EMD will be returned to all unsuccessful bidders.
9 EMD submitted by successful bidder will be returned upon completion of execution of order along with final payment.
Item Specifications in brief Sl
No. Tender Specification Compliance
Statement (Y/N)
Deviation Statement
Note: Please refer detailed specification for the items enclosed herewith
1 Supply of 415V, 50 Hz, 3 phase, 4 wire, 380 KVA Diesel Generator set as per specification - 1 set.
1.1 1set is to be installed outdoor near INC2 substation building, ILF, Lucknow.
1.2 Diesel Engine shall be suitable for prime power rated generator set and shall be supplied with fly wheel, flexible coupling, air cleaner, corrosion resistor, radiator, fan with guard, fuel pump, fuel filter, Electronic governor, electrical starting system with starter, 24V battery, voltage regulator, instrument panel, kwh meter with RPM indicator, exhaust silencer, exhaust pipe as per pollution control board norms, battery charger, protections against low lubrication oil pressure, high engine temperature, over speed and aux. shut down, Day fuel tank with necessary fuel hoses to the engine. Control cables required between DG set and Main MV panel (EB panel) shall be supplied by vendor. Approx distance 100M
2 Installation of 415V, 50 Hz, 3 phase, 4 wire, 380 KVA Diesel Generator set - 1 set. Installation of DG set on existing foundation, including supply and fixing of anti-vibration mountings of suitable capacity, supply and fixing of GI/MS exhaust pipes line with glass wool rope lining and approved supports, fuel line up to fuel filters Detailed specification is enclosed. Foundation details drawing shall be submitted by the DG vendor.
3 Testing and commissioning of 415V, 50 Hz, 3 phase, 4 wire, 380 KVA Diesel Generator set - 1 set. Detailed specification is enclosed.
4 Supply of AMF Control module for 415V, 50 Hz, 3 phase, 4 wire, 380 KVA Diesel Generator set - 1 No. Detailed specification is enclosed.
5 Installation of DG AMF Control module for 415V, 50 Hz, 3 phase, 4 wire, 380 KVA Diesel Generator set - 1 No. Detailed specification is enclosed.
6 Testing and Commissioning of DG AMF Control panel for 415V, 50 Hz, 3 phase, 4 wire, 380 KVA Diesel Generator set - 1 set. Detailed specification is enclosed.
7 Supply and laying of suitable size exhaust pipe including cladding with thermal insulation right from DG set exhaust to outside building with necessary mechanical supports in confirmation to respective pollution control boards including providing stacks as required and painting - 25 RM but actual length shall be as per pollution control board norms
8 Scope of work: supply, installation, testing and commissioning of DG sets including conducting test at factory before dispatch, loading at factory, transportation, unloading and storing at site before installation, commissioning test at site. Scope includes obtaining license from Central electricity authority, state pollution control board, electricity supply authority for operating DG set. Final payment will be made only after the receipt of above. Statutory fees will only be paid by department on production documentary proof.
Documents solicited from vendor
Tenderer shall submit the compliance statement for the following enclosed technical documents with this tender.
1. Part-A explaining general terms
2. Item specifications in brief – compliance
3. Detailed specification of 380KVA DG set including installation
4. Minimum guaranteed specification - compliance
5. Department Terms and conditions – compliance
6. Eligibility criteria - compliance
7. Product catalogue
8. List of clients with address and contact nos.
9. Un-priced bill of materials.
10. Submission of earnest money deposit with the tender
,
'
lI$"fOF APPR( iRD MAK,I$ WITH EFFECT FFtOM1:44tM2013
.~,
Samemakesunderiten €i I K-lite, ligman.
In addition to makes un :Ie'also.PhiL&L
BPL IIMCO.
Duke, ~vf1ics. BCH..Electrlc,
" "" ,.-,., ""..,,,,: ,,,--,,,..,,,".,,:---".,'"..
-'_.'-"'"Nameol. brandI mike
Is, .AE. ~IPpeN. Neutronlcs,NS. P.!\FAS.
oltage r gulators Ilied vol ilge AE.
rs Isolatior~transformers
eaves, 13ERKINS. Caterpiltar.
37 l T Capaoltors
38 Automatic Power f( .:torCorrection Relay
39 LT Air circuit break I r
40 Overload relays wit built-inSingle phase prevE:Itors
41 11kV Vacuum clrcl: :breakers
42
43
44 Load Manager Met, rs
45 Static Power meter md logger
46 Single and three pl' Ise Energymeters
47 Air break powerl C, ltrolContactors
mdJ..make._..._..- ,,,'"''
n Greaves,
'I above and TDPS.
ts Ltd (HVPL), INCAS,. ~PG,Torrent, Nieco,310ster Havell's.ts Ltd, (HVPL), Gloster,ai, Finolex, CCI, RPG,KEllndustries,
ts Ltd (HVPL},Gloster,ai, Flnolex, CCI, RPG,.app Kabel, Rallison,
I)rague, CromptonI Siemens, l & T,
:onzerv, l & T, AREVA
:hl, ABB, C & S,
er controls, ABB,
lEI, Jyothl,EVA T&D( Sohnelder),Easun Revrolle. l&T.
I ~lIs,Neutronics,
T, Conzerv, GE1',MECa, Rishab,
,er.
Siemens, MET, Alind,L & T, Conzerv.
I-Electric, Crompton,anic. C & S.
33.a. Alternators for DG ! i!lts
33.b.
HT Alternators for [ .G sets
34 Armoured HT POWf. cable(both PVC and XU: :)
35 Armoured LT powe cable(both PVC and XlF :)
36
Stamford- AVK, Crorr.ptcLeroy Somer.
Same makes as Item :~3.
Hindustan Vidyut ProljucUniversal, Finolex, CCI,P Industrl(~ ?J..
.yut PrOlj ucINCAS, Polycab, UnivlmTorrent, Nicco, Havell~;,Rallison Unicab.Hindustan t ProdiJcINCAS, Polycab, Uni\'~~reTorrent, Nicco, Havell!., I
cable.istar, Mehar, Asian~S
Greaves, Khatau Junlt:~rEPCOS ASS.
Beluke, Power Monitc I, (
T&D.
L & T, Siemens, GE, .I{OSchneider (Merlin-Gel' n)
L & T, Siemens, GE F owSchneider.
Siemens, Andrew YUIE;r;Salmer Lawrie, Atind, ,\RCrom ton Greaves A~~
Nippen, MECO, AE, I-::~vL &T, Rishab, Rlken.
Clectro systems, AE, C'&Digital, CG Schlumbe/HeProk dv's.
AE, Conzerv, L&T.
Conzerv, CG Schlumbtm
Remco (BHEL), Havel! s,Jyothi, ECE, UE, Capitill,
L & T, Siemens, GE, EI~~Greaves, ABB, Telemscl
SI.N.__....J!..rn~-~~,,,,.,,,,,,,.,,,-"-,-.
Push button staticiactuators
49 Motors
Starters
51 Soft starters
52 Variable speed dr i
53 Protective Relays(EM and Numeric)
54 Smoke detection scontrol panels
55 Cable manageme r
56 UPS (of all ratings
57 a. ( of rating upI
57b, UPS (of rating up Iand invertors
57 c, UPS ( of rating upand Invertors
56 Batteries
59 Heat ICoid Shrink~:kits (HT & LT)
60 Electric perimeter~fencing
Electrical grade FF61 Laminates (substitl
bakelite hvlum) .
62 Rotary Switch
63 Time delay relay
----,.. ...Name.of,
s and key L & T, Siemens, VaisllTeknic, GE Power conAli'a.. Schneid.r, C & :
Kirloskar,Bharat Bijle,=Jyothi, Siemens, GE,
~-
L &T, Siemen, SchneiTeknic, ABS. Cromptcl
-AllenBradley,Cromplc
-es Emerson (Control Tect
Hitachi, Danfoss, Sier--
ASEA, ALIND, Brown IAREVA T&D. Jyoti, L 5
Insor, NOTIFIIIR, Hochki, niAppollo, Simplex, SienEdward...Tel.~re Morle
s.ystem MK, LK, Centaur, MOSOBO Bettermann,
-Libert (Emerson), MitsLRiello AROS,epi, MGli:
-
60 kVA) In addition to makes Sf.I
Numeric, Socomec,-In addition to makes sp
I 30 kVA) 57a,APLAB, EATON , GE,
) 10 kVA) In addition to the makEI
57 a, 57 b,Power one, Con$ul, En
Exide, Amco, PanasorAmararaja,
,Iejoint REYCHEM, M-SEAL,
~curity IBEX, ECIL.
)
te for Electro fibres.
~&T, GE Power contr
L & T, GE Power contrElectric, ASS, Hager, l
mdJmake.._...._-- "..
v, SCH-Electric ,I, Crompton Greaves,
:rompton Greaves3.
r, GE Power controls,
iques), ASB, Nelco,s, Landis & Staefa,
leri, Easun , Siemens,, CSPC, Prok dv's.
I I, Honey well,IS,Ziton , Secutron,
~::R eublq,
i~hi, Piller,PC).
-.madunder 56,
ifled under item 56,
LTRON , APC
-0 pecified under 56,
i ec, Dubas,
Sonnenchein,
Multi pressings,
-
-
Siemens, Jainson.
-, Siemens, BCH-I'and.
'.
....
1atre..
, (
\.8
je1,
30, or
'0er
'1, I
:b(P
ec
<E
ie,
3M
: Is
:18Hg
Sl. ItArn1'4'0.
64 Timer
65 Selector switch I to~switch
66 Electrical bus ducts
Thermoplastic
67 (Poly carbonate) S'Ibox/Junction box ai'distribution boards
68 Cable trays(P\lC, F'RP &GI)
69 Sandwiched SusbaTrunking System
Double Walled Corr70 (DWC) HOPE Pipe:~
Cables)Advanced Lightninf;
71 Protection System (WarnIng LightningFsystem)
72 UnItized!PackageSubstation
-
u+'"""_.
- > «"~__n. .. ...Nlam.e.of-b
-L & T, GE Power controlABS, Havells, Hager, LEI
-~Ie L&T, Kaycee, Jay, Tek
In addition to approved ISTARDRIVE also.
itch Hensel, Devipolymer, Sj
Profab, Sintex, Indiana,Cablofil( Legrand), OS<Sumio ComDosites.
C&S, L&T,Legrand, GE
Igated( for UG Manufactured by Mis RE
:arly ERiCa, INDELEC,Sher'otection
ASS, Schneider, ArevaGreaves, Siemens,
,Et/mak-e...
:>iamens,SchneIder,Ind.
panel manufacturers,
I!X,ASS, Spelsberg.
1ny Systems , L&T,,attermann,
-argy, Schneider,
-
I:>olyextrusions.
-
:
-I), PETE, Crompton
-
r---
ra
~rc
\1'1
Pa>8
t ?,c
r&
The following Additional points shall be noted while making request for tender documents: 1. Separate request shall be made for tender document indicating tender number and item together with
prescribed tender fee to the Senior Purchase and Stores Officer, ISRO Telemetry Tracking and Command Network (ISTRAC), Plot No.12 & 13, 3rd Main, 2nd Phase, Peenya Industrial Area, Bangalore-560 058 only. The envelopes containing such request shall indicate “Request for Tender Document" only and 'Tender Number and due date should not be mentioned on the envelope.
2. The tender fees should be in the form of crossed demand draft from any Nationalised Bank, payable at Bangalore in favour of Accounts Officer, ISTRAC, Peenya, Bangalore-560 058. Money Order, Cash or Cheque will not be accepted. The date of demand draft should not be prior to the date of this advertisement/website intimation.
3. Tenderers should bring authorisation letter/identification while attending opening of the tenders. 4. In the event of any date indicated in the tender is a declared holiday, the next working day shall
become operative for the respective purpose mentioned therein. 5. Late/Delayed offers will not be accepted and will summarily be rejected. 6. ISTRAC, Bangalore will not be responsible for any delay/loss of documents in transit. 7. Right to accept or reject any quotation in full or part thereof without assigning any reason whatsoever is
reserved. 8. Indian agents while Quoting on behalf of their principals shall provide necessary authorization letter
from their principals. It may be noted that an Indian agent cannot submit two or more quotations on behalf of two or more different foreign principals for each tender. If submitted all offers will be rejected.
Please note that in case DD towards cost of Tender Documents is not enclosed with the quotation, your quotation is liable for rejection.
* * * * * *
ANNEXURE ‘X’
IMPORTANT INSTRUCTIONS TO TENDERERS (TWO PART TENDER) 1. IT IS PROPOSED TO HAVE A TWO COVER SYSTEM FOR THIS TENDER: TECHNICAL AND COMMERCIAL PART IN ONE COVER PRICE PART IN ONE COVER 2. TECHNICAL AND COMMERCIAL PART
TECHNICAL AND COMMERCIAL PART SHOULD CLEARLY INDICATE IN ADDITION TO THE TECHNICAL DETAILS, PLACE OF
DELIVERY i.e, ISTRAC’s SITE, BANGALORE, SUPPORT OF SYSTEMS DURING WARRANTY AND POST WARRANTY PERIOD PAYMENT TERMS, VALIDITY, WARRANTY/GUARANTEE, DELIVERY PERIOD, DELIVERY SCHEDULE, LIST OF SIMILAR INSTALLATION, CATALOGUE ETC.,
COMPLETE TECHNICAL LITERATURE/LEAFLET RELEVANT TO THE OFFER ARE TO BE ENCLOSED TO THE TECHNICAL AND
COMMERCIAL PART OF THE TENDER PLEASE ENCLOSE A COMPLIANCE STATEMENT FOR ALL THE SPECIFICATION, TERMS/CONDITIONS (POINT BY POINT)
COVERED IN THE ENCLOSED TECHNICAL COMPLIANCE REPORT. ALSO, ENCLOSE A COPY OF THE DETAILS INDICATED IN PRICE QUOTATION (WITHOUT PRICES OR BY MASKING THE PRICES) MAINLY TO KNOW THE ITEMS/SPECIFICATIONS FOR WHICH YOU HAVE INDICATED PRICES IN PRICE BID. THIS PART SHOULD NOT CONTAIN PRICES.
IF THE TECHNICAL OFFER CONTAINS ANY PRICE INFORMATION THE OFFER IS LIABLE TO BE REJECTED.
3. PRICE PART
a. PRICE PART WITH DETAILED BREAK-UP SHOULD ONLY INDICATE PRICES WITH TAXES IF ANY APPLICABLE SEPARATELY. PLEASE NOTE THAT PRICES SHOULD NOT BE INDICATED IN TECHNICAL AND COMMERCIAL PART.
b. PRICES ARE TO BE SEPARATELY GIVEN FOR THE RECOMMENDED SPARES IF APPLICABLE. c. THE COVERS i.e., ‘TECHNICAL & COMMERCIAL PART’ COVER AND “PRICE BID” COVER SHOULD BE SEALED AND
SUPERSCRIBED WITH TENDER NUMBER, DUE DATE, ADDRESS, NATURE OF BID ETC., d. IMPORTANT: THE WORDING “TECHNICAL AND COMMERCIAL OFFER” SHOULD BE MENTIONED ON THE TOP OF THE
ENVELOPE VERY CLEARLY SIMILARLY THE COVER CONTAINING THE PRICE BID SHOULD BEAR THE WORDINGS “PRICE BID”.
e. BOTH, TECHNICAL AND COMMERCIAL BID COVER AND PRICE BID COVER ARE TO BE SEALED IN SEPARATE COVERS AND THEY ARE TO BE KEPT IN A SINGLE COVER SUPERSCRIBED WITH TENDER NUMBER DUE DATE AND TIME. THE OUTER COVER THUS PREPARED SHOULD BE SENT TO THE FOLLOWING ADDRESS TO REACH US ON OR BEFORE THE DUE DATE SPECIFIED IN THE TENDER FORM (ENCLOSED).
SENIOR PURCHASE & STORES OFFICER (PURCHASE) ISRO TELEMETRY TRACKING AND COMMAND NETWORK (ISTRAC / ISRO) PLOT NO.12 & 13, 3RD MAIN, 2ND PHASE
PEENYA INDUSTRIAL AREA, BANGALORE-560 058 (KARNATAKA) INDIA f. THE OFFERS SHOULD BE VALID FOR A MINIMUM PERIOD OF 120 DAYS FROM THE DUE DATE. g. OFFERS DULY AUTHENTICATED UNDER THE HAND AND SEAL OF THE COMPANY’S AUTHORISED PERSONNEL BE SENT
AND NO FAX/TLX/CABLE/E-MAIL OFFERS WILL BE ACCEPTED. h. THE “TECHNICAL AND COMMERCIAL” PART WILL BE OPENED AT THE FIRST INSTANCE AND INCASE OF ANY
CLARIFICATIONS/NEGOTIATIONS FOUND NECESSARY, THE SAME WILL BE SOUGHT FROM THE BIDDERS WITHOUT OPENING THE PRICE BID AND THEREAFTER THE PRICE BID WILL BE OPENED.
i. IF PRICE CHANGE IS ENVISAGED DUE TO TECHNICAL CLARIFICATIONS/NEGOTIATIONS, YOU MAY BE GIVEN AN
OPPORTUNITY (BEFORE OPENING THE PRICE BID AND WITHOUT REVEALING THE PRICES) EITHER TO CONFIRM OR TO SUBMIT THE REVISED OR SUPPLEMENTARY PRICE BID IN A SEALED ENVELOPE.
j. LATE AND DELAYED TENDERS WILL NOT BE ACCEPTED.
* * * * * *
1
IMPORTANT INSTRUCTIONS - TO TENDERERS (INDIGENOUS STORES)
PLEASE COMPLY THIS (WITHOUT FAIL) FOR SPEEDY CONSIDERATION / DECISION OF YOUR OFFER
1. PLEASE QUOTE ACCORDING TO THE UNITS INDICATED IN THE ‘INVITATION TO TENDER’, ONLY FOR
SPEEDY EVALUATION.
2. PLEASE QUOTE FIRM PRICE FOR DELIVERY AT OUR SITE/F.O.R DESTINATION BASIS (INCLUDING PACKING AND FORWARDING) I.E., PURCHASE & STORES OFFICER (STORES), ISTRAC, PLOT NO. 12 & 13, 3RD MAIN, 2ND PHASE, PEENYA INDUSTRIAL AREA, BANGALORE - 560 058.
3. OUR BEING GOVERNMENT OF INDIA ORGANISATION, OUR PAYMENT TERMS ARE ONLY ‘FULL PAYMENT WITHIN 30 DAYS’ AFTER ACCEPTANCE AT OUR SITE. PLEASE QUOTE ACCORDINGLY. OTHER TERMS AND PAYMENT MAY BE CONSIDERED ONLY IF SUITABLE CASH DISCOUNTS FOR “AGAINST DELIVERY BY ISTRAC STORES” (NOT THROUGH BANK) ARE OFFERED.
4. VALIDITY OF YOUR OFFER SHOULD BE ATLEAST 120 DAYS FROM THE DATE OF OPENING.
5. PERCENTAGE OF SALES TAX AND EXCISE DUTY (FOR GENERAL ITEMS) IF ANY, SHOULD BE SHOWN SEPARATELY AND CLEARLY IN YOUR QUOTATION. PLEASE AVOID THE TERM, ‘TAX/EXCISE DUTY AS APPLICABLE’. ALSO WHEREVER E.D. EXEMPTIONS BASED ON CERTIFICATES (FOR OUR R&D USE) ARE PROVIDED BY ISTRAC (IF AND WHEN AN ORDER IS FINALISED) IN TERMS OF EXCISE NOTIFICATION NO. 10/97 DATED 1.3.1997, YOU SHALL NOT CHARGE SUCH E.D. AND SUPPLY (WHEN ORDERED) HAS TO BE AFFECTED AS PER ORDERED PRICE ONLY.
6. PLEASE SPECIFY THE ‘MAKE’ OR ‘BRAND NAME’ OF THE ITEM OFFERED WHILE QUOTING.
7. PLEASE REFER ENCLOSED TENDER TERMS / INSTRUCTIONS TO TENDERERS AND TERMS AND CONDITIONS FOR FURTHER DETAILS.
8. PLEASE INDICATE YOUR VAT – TIN NUMBER IN YOUR QUOTATION.
2
FORM NO.P003
INSTRUCTIONS TO TENDERERS
1. Tenders should be sent in sealed envelopes superscribing the relevant Tender No. and the due date of opening. Only one tender should be sent in each envelope.
2. Late / delayed tender will not be considered. 3. Sales Tax and / or other duties / levies where legally leviable and intended to be claimed should be distinctly shown
separately in the tender. 4. As a Government of India Department, this office is exempted from the payment of octroi and similar local levies, Tenderers
shall ensure that necessary exemption certificates are obtained by them from the Purchase & Stores Officer (Purchase) concerned to avoid any payment of such levies.
5. (a) Your quotation should be valid for 120 days from the date of opening of the tender. (b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in
terms of units other than those specified in the tender form relationship between the two sets of units must be furnished. 6. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at
site. 7. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be
furnished along with the offer. (b) Samples, if called for, should be submitted free of all charges by the tenderer and Purchaser shall not be responsible for any
loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expenses.
(c) Approximate net and gross weight of the items offered shall be indicated in your offer, if dimensional details are available, the same should also be indicated in your offer.
(d) Specifications: Stores offered should strictly conform to our specifications. Deviation, if any, should be clearly indicated by the tenderer in their quotation. The tenderer should also indicate the Make/Type number of the stores offered and provide catalogues, technical literature and sample, whatever necessary along with the quotation. Test certificates wherever necessary should be forwarded along with supplies. Whenever options are called for in your specification, the tenderer, should address all such options, wherever specifically mentioned by us. The tenderer could suggest changes to specifications with appropriate justification in response for the same.
8. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right to acceptance of the whole or part of the tender or portion of the quantity offered and tenderer shall supply the same at the rates quoted.
9. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail.
10. The tenderer should supply along with his tender the name of his bankers as well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.
11. The Purchaser reserves the right to place order on the successful tenderers for additional quantity upto 25% of the quantity offered by them at the rates quoted.
12. The authority of the person signing the tender, if called for, should be produced. 13. The purchaser reserves the options to give price preference to the offers from the public sector units etc. over those from
other firms, in accordance with the policies of the Govt. from time to time. 14. For outstation supplies, the consignments shall be despatched by the Supplier through the reliable & reputed transporters
who are recognised by Bankers Association, on Door Delivery basis.
3
Compliance Statement required to be filled by the Vendor and submitted along with
the Quotation (in case of Single Part)/Technical Bid (in case of Dual Part) TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
1. Definitions: a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns. b) The terms ‘Contractor’ shall mean the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor’s Successors, representatives, heirs, executors and administrators unless excluded by the Contract. c) The ‘Stores’ shall mean, what Contractor agrees to supply under the contract as specified in the Purchase Order including erection of plants and machinery and subsequent testing, should such a condition be included in the Purchase Order. d) The term ‘Purchase Order’ shall mean, the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.
2. Prices: Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variations.
3. Security Deposit: On acceptance of tender, the contractor shall, at the option of the Purchaser and within the period specified by him deposit with him, in case or in any other form as the purchaser may determine, Security deposit not exceeding ten percent of the value of the contract as the purchaser shall specify. If the contractor is called upon by the purchaser to deposit ‘Security’ and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the contract and the purchaser shall be entitled to make other arrangements for the re-purchase of the stores contracted for at the risk of the contractor in terms of Sub-Clause (II) and (III) of clause 10 (b) here-of and or to recover from the contractor damages arising from such cancellation.
4. Guarantee & Replacement: a) The contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance. b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use arising from faulty stores, designs or workmanship, contractor shall rectify such defects at his own cost provided he is called upon to do so within a period of14 months from the date of acceptance thereof by the Purchaser who shall state in writing in that respect the stores or any part thereof are faulty. c) If in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the contractor of such defect is given by the purchaser in this regard within the said period of 14 months from the date of acceptance thereof. d) Should be the contractor fail to rectify the defects the Purchaser shall have the right to reject or replace at the cost of the Contractor the whole or any portion of the defective stores. e) The decision of the purchaser, not withstanding any prior approval or acceptance or inspection thereof on behalf of the purchaser, as to whether or not the stores supplied by the contractor are defective or any defects have developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement shall be final, exclusive, and binding on the contractor. f) Performance Bank Guarantee : To fulfill guarantee conditions outlines in Clause 4 (a) to (e) above, the contractor shall at the option of the purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the purchaser for an amount equivalent to 10% of value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.
4
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
5. Packing forwarding & Insurance: The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of package shall be done by and at the expense of the Contractor. The Purchaser will no pay for (will not pay separately for transit insurance) all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition, in accordance with contract.
6. Despatches: The Contractor is responsible for obtaining a clear receipt from the transport authorities specifying the goods despatched. The Consignment should be despatched with clear Railway Receipt / Lorry Receipt. If sent in any other mode it is at the risk of the Contractor, Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on ‘said to contain’ basis. Purchaser pay for only such stores as are actually received by them in accordance with the contract.
7. Test Certificate: Wherever required, test certificate should be sent alongwith the despatch documents.
8. Acceptance of Stores: a) The stores shall be offered by the contractor for inspection at such places as may be specified by the Purchaser at the Contractor’s own risk, expense and cost. b) It is expressly agreed that the acceptance of the Stores are further subjected to final approval by the Purchaser, whose decision shall be final. c) If in the opinion of the Purchase that all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor. d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the Purchaser shall be at liberty, with or without notice to the contractor to Purchase in the open market at the expense of the Contractor, stores meeting the necessary performance and quality contracted for in place of those rejected, provided that either the Purchaser, or the agreement to purchase, from the another supplier is made within six months from the date of rejection of the stores as aforesaid.
9. Rejected Stores: Rejected Stores will remain at destination at the contractor’s risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the purchaser or his representative has at his discretion the right to scrap or sell or consign the rejected stores to Contractor’s address at the Contractor’s entire risk and expense freight being payable by the Contractor at actuals.
5
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
10. Delivery: a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the contract, and delivery must be completed on or before the specified dates. b) Should the Contractor fails to deliver the stores of any consignment thereof within the period prescribed of such delivery, the purchaser shall be entitled at his own option either. i) To recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of 2% of the price of any stores which the Contractor has failed to deliver as aforesaid, for each month or part of a month, during which the delivery of such stores may be in arrears, or; ii) To purchase elsewhere, without notice to the contractor on the account and at the risk of the contractor the stores not delivered or others of similar description (where others exactly complying with particulars are not, in the opinion of the purchaser readily procurable such opinion being final) without cancelling the contract in respect of the consignment (s) not yet due for delivery, or iii) To cancel the contract or portion thereof, and if so desired to purchase or authorise of stores not so
delivered or others of similar description (where others exactly complying with the particulars are not, in the opinion of the readily procurable; such opinion final) at the risk and cost of Contractor. In the event of action being taken under sub-clause (ii) & (iii) of clause 10 above the Contractor shall be liable for any loss which the purchaser may sustain on that account, provided that the repurchase, or if there is an agreement to repurchase then such agreement is made within six months from the date of such failure. But the contractor shall not be entitled to any gain on such repurchase made against default. The manner and method of such repurchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such repurchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages for breach of contract by the Contractor.
11. Extension of time: As soon as it is apparent that contract dates cannot be adhered to, an application shall be sent by the Contractor to the Purchaser. If failure on the part of the Contractor to deliver the stores in proper times shall have arisen from any cause which the Purchaser may admit as responsible ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considered it to be justified by circumstances of the case without prejudice to the Purchaser’s rights to recover liquidated damages under clause 10 here-of.
12. Erection of Plant & Machinery: Wherever erection of a Plant or Machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The contractor shall however, not be entitled to any gain due to such an action by the Purchaser.
13. Payment: Contractor’s bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.
14. Mode of Payment: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.
6
TERMS AND CONDITIONS OF THE CONTRACT COMPLIANCE
15. Recovery of sums due: Whenever any claim for the payment of whether liquidated or not, moneys arises out of or under this contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been taken from the contractor, then the balance or the total sum recoverable, as the case may be shall be deducted from any such then due or which at any time thereafter may become due to the Contractor under this or any other contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the contractor shall pay to the Purchaser on demand the remaining balance due. Similarly if the Purchaser has or makes any claims, whether liquidated or not, against the contractor under any other contract with the Purchaser, the payment of all moneys payable under the contract to the contractor including the security deposit shall be with-held till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor.
16. Indemnity: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this contract are free and clean of infringement of any Patent, copyright or trade mark, and shall at all times indemnify the Purchaser against all claims which may be made in respect of the stores or infringement of any right protected by patent, Registration or design or Trade Mark and shall take all risk of accidents of damage which may cause a failure of the supply from whatever cause arising and entire responsibility for sufficiency of all the means used by him for the fulfillment of the Contract.
17. Arbitration:
In the event of any question, dispute or difference arising under these conditions contained in the Purchase Order in connection with this contract, (except as to any matters the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Head of Office or of some other person appointed by him. It will be no objection that the arbitrator is a Government servant, that he had to deal with matter to which the contract relates or that in the course of his duties as a Government servant he has expressed views on all or any or any of the matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this contract.
a) If the arbitrator be the Head of Office (i) in the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor - in office either to proceed with the reference himself, or to appoint another person as arbitrator, or (ii) in the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of Office to appoint another person as arbitrator, or,
b) If the arbitrator be a person appointed by the Head of Office: In the event of his dying, neglecting or refusing to act, or resigning or being unable to act, for any reason, it shall be lawful for the Head of Office either to proceed with the reference himself or to appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid, “The Arbitration and Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof or the time being in force shall be deemed to apply the arbitration proceedings under this clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible continue during Arbitration Proceedings.
18. Counter Terms and Conditions of Supplies:
Where counter terms and conditions/printed cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.
19. Security for Purchaser’s Materials:
Successful tenderer will have to furnish in the form of a bank guarantee or in and other form as called for by the purchaser towards adequate security for the materials/property provided by the purchaser for the due execution of the contract.