the tender shall consists of three parts (bids)...

25
1 PRASAR BHARATI (India’s Public Service Broadcaster) O/o THE ADDITIONAL DIRECTOR GENERAL (E) (SOUTH ZONE) ALL INDIA RADIO & DOORDARSHAN Swamy Sivananda Salai, Chennai - 600 005 No.ADG(E) (SZ) / PUR / PSEA/23/2014-15/ Date: 23-07-2014 . Sub.: Enquiry for SITC of silent 250 KVA Water Cooled Diesel Generator with AMF Panel-Reg. Dear Sir, This office is interested in purchase of following SITC as per specification given below/attached and invites your quotation. 1. Sl. No. Description / Quantity Quantity 1. SITC of silent 250 KVA Water Cooled Diesel Generator with AMF Panel.(As per specification) 1 Set. Consignee: ALLINDIARADIO, FM Transmitter, Doordarshan Kendra Campus, Swami Sivananda Salai, Chennai-5. 2. The quotation should specifically mention Make & Type of the items, delivery date, terms and condition of supply. The prices given should be firm and as under. (a) The prices quoted shall remain fixed during the entire period of supply/contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation is likely to be treated as non responsive and rejected. (b) The „Unit‟ Price should be for the Unit as indicated in the tender enquiry. (c) Prices quoted should be for F.O.R. Station of destination in India and Inclusive of charges as packing customs, etc., wherever applicable. (d) The quotation should specifically mention rates for Supply, Installation Charges & Taxes separately. (e) OEM authorization should be enclosed in the case of quotation from authorized dealer. 3. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay separately transit insurance and the supplier will be responsible until the stores arrive in good condition at the destination. Tender/quotation in which transit insurance has been specified as an additional item of expenditure is liable to be ignored. 4. The tender shall consists of three parts (bids) namely: EMD : Earnest Money amounting to Rs.30,000 /- [Rupees Thirty thousand Only] in the form of Demand Draft on Nationalized Bank / Commercial Bank drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders without EMD shall be summarily rejected and their bid will not be opened at the time of tender opening and shall be rejected as non responsive at the bid opening stage and returned to the bidder unopened [EMD exemption is applicable for those who are registered with the Central Purchase Organization, National Small Industries Corporation (NSIC). i. If any tenderer withdraws his tender before the expiry of the validity period, or before the issue of letter of acceptance, whichever is earlier, or makes any modification in terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the earnest money absolutely. This provision would naturally apply only to the lowest tenderer once the earnest money of all the tenderers except those of the lowest is refunded as per provisions.

Upload: duongdan

Post on 06-Aug-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

1

PRASAR BHARATI

(India’s Public Service Broadcaster)

O/o THE ADDITIONAL DIRECTOR GENERAL (E) (SOUTH ZONE)

ALL INDIA RADIO & DOORDARSHAN

Swamy Sivananda Salai, Chennai - 600 005

No.ADG(E) (SZ) / PUR / PSEA/23/2014-15/ Date: 23-07-2014 .

Sub.: Enquiry for SITC of silent 250 KVA Water Cooled Diesel Generator with AMF Panel-Reg.

Dear Sir,

This office is interested in purchase of following SITC as per specification given

below/attached and invites your quotation.

1.

Sl.

No.

Description / Quantity Quantity

1. SITC of silent 250 KVA Water Cooled Diesel Generator with AMF Panel.(As per specification)

1 Set.

Consignee: ALLINDIARADIO, FM Transmitter, Doordarshan Kendra Campus, Swami

Sivananda Salai, Chennai-5.

2. The quotation should specifically mention Make & Type of the items, delivery date, terms

and condition of supply. The prices given should be firm and as under.

(a) The prices quoted shall remain fixed during the entire period of supply/contract and

shall not be subject to variation on any account. A bid submitted with an adjustable price

quotation is likely to be treated as non responsive and rejected.

(b) The „Unit‟ Price should be for the Unit as indicated in the tender enquiry. (c) Prices quoted should be for F.O.R. Station of destination in India and Inclusive of

charges as packing customs, etc., wherever applicable.

(d) The quotation should specifically mention rates for Supply, Installation Charges

& Taxes separately.

(e) OEM authorization should be enclosed in the case of quotation from authorized dealer.

3. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay

separately transit insurance and the supplier will be responsible until the stores arrive in

good condition at the destination. Tender/quotation in which transit insurance has been

specified as an additional item of expenditure is liable to be ignored.

4. The tender shall consists of three parts (bids) namely:

EMD: Earnest Money amounting to Rs.30,000/- [Rupees Thirty thousand Only] in the

form of Demand Draft on Nationalized Bank / Commercial Bank drawn in favour of The

ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders without EMD shall be summarily rejected and their bid will not be opened at the time of tender

opening and shall be rejected as non responsive at the bid opening stage and returned

to the bidder unopened [EMD exemption is applicable for those who are registered with

the Central Purchase Organization, National Small Industries Corporation (NSIC).

i. If any tenderer withdraws his tender before the expiry of the validity period, or before the issue of letter of acceptance, whichever is earlier, or makes any modification in

terms and conditions of the tender which are not acceptable to the department, then

the Government shall, without prejudice to any other right or remedy, be at liberty to

forfeit 50% of the earnest money absolutely. This provision would naturally apply only

to the lowest tenderer once the earnest money of all the tenderers except those of the

lowest is refunded as per provisions.

2

ii. If the contractor fails to furnish the prescribed performance guarantee within the

prescribed period, the earnest money is absolutely forfeited to the President

automatically without any notice.

iii. In case the contractor fails to commence the work specified in the tender documents

on the 15th day or such time period as mentioned in letter of award , after the date on

which the Purchaser issues written orders to commence the work, or from the date of handing over of the site, whichever is later, the Government shall, without prejudice to

any other right or remedy, be at liberty to forfeit whole of earnest money absolutely.

iv. If only a part of the work as shown in the tender is awarded, and the contractor does

not commence the work, the amount of the earnest money to be forfeited to the

Government should be worked out with reference to the estimated cost of the work so awarded.

v. In case of forfeiture of earnest money as prescribed in i to iv above, the tenderer shall

not be allowed to participate in the retendering process of the work.

(b) TECHNICAL BID: Technical bid should contain the confirmation to the enclosed

technical specifications. This should be submitted in a separate sealed envelope with “TECHNICAL BID” written on it. During the Technical evaluation, if necessary the

tenderer needs to demonstrate the performance of the equipment to be offered.

(c) COMMERCIAL BID: The commercial bid should contain the price bid and acceptance of

the commercial terms and conditions of this tender document. The price should be quoted for free delivery of materials at respective destinations.

This should be submitted in a separate sealed envelope with “Price bid” written on it

mentioning name of the supply and due date of opening of tender.

The above mentioned envelopes should be enclosed and submitted in another large size

envelope duly sealed and superscribed with “SITC of 250 KVA Water Cooled Diesel

Generator Including AMF Panel as per specifications” and Due date of opening. The envelope will be received at this office of The ADG(E) (SZ), AIR & TV, Swamy Sivananda

Salai, Chennai-5 up to 1230 hrs. on 06-08-2014 technical bid and E.M.D. will be

opened on the same day at 1500 hrs. The commercial bid will be notified after

recommendation of technical committee.

In case tender opening date falls on a holiday, the bids will be received and opened at the

same specified time on next working day. Bids received late or submitted after the

scheduled specified time on scheduled date will not be entertained and will be returned

back unopened.

The purchaser may, at his discretion extent the deadline for the submission of the bids

by amending the bid document , in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subject to the deadline

as extended.

Tenderer should quote for all the required items. Partial tenders

will be rejected.

(d) SECURITY DEPOSIT: the successful Tenderer shall furnish the Security Deposit within 2 weeks after placement of order at the rate of 5% of the Order Value, failing which the

EMD will be forfeited automatically, to President of India, without any notice. The

security deposit shall be furnished in the form of Demand Draft / Bank Guarantee

drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5. The Security Deposit will be

returned in full on completion of successful Guarantee/Warranty Period.

For release of Security Deposit / Performance Security, the firm will submit his claim along with a certificate from the consignee that equipment supplied / SITC executed

against this order has performed satisfactorily during its Warranty / guarantee period

and department have not suffered any loss / inconvenience on this account.

3

5. TAXES:

a. Payment of Entry Tax / Octro i Duty and Toll Tax (on ultimate products). As the

material, which is to be transported to the consignee, belongs to the Government of

India / Prasar Bharati and therefore is exempted from Entry Tax / Octroi Duty /

Toll Tax. However, if the State Governments / Statutory Local Bodies are bound to

levy such taxes, the taxes will be paid by supplier / contractor. Supplier / Contractor may raise its claim, for reimbursement of such duties / taxes paid, with

Organisation, along with original receipt of the payment.

b. Sales Tax / Service Tax leviable and intended to be claimed from the purchaser should be

distinctly shown along with prices quoted. Where this is not done no claim for Sales Tax

/ Service Tax will be admitted at any later stage and on any ground whatsoever.

* Please note that this Office will not issue any Form such as ‘C’, ‘D’ etc.

6. Printed terms and conditions of tendering firms will not be considered as forming

parts of their tender.

7. GUARANTEE / WARRANTY PERIOD: The Equipment shall be guaranteed against any Manufacturing defects for a period of Minimum 2 Year from the date of commissioning.

Any parts failing during the Guarantee period shall be repaired / replaced free of charge

by the supplier at the Sites.

8. DELIVERY OF STORES: The delivery of the entire Equipment at consignee shall be

completed within 2 Months from the date of placement of order. Delivery period may also be quoted separately.

9. TERMS OF PAYMENT:

a. 80% of the contract price for the equipments/materials inclusive of Excise Duty and

Sales Tax shall be paid on initial inspection and delivery of equipments at site in good condition. b. 20% of the contract price for the equipments/materials and 100% of Installation

charges on satisfactory completion of Installation, Testing, Commissioning and

Handing over..

10. The quotation should be sent in a sealed cover addressed to the undersigned, by

name, so as to reach on or before 06.08.2014, 12.30 P.M.

THE COVER SHOULD BE SUPERSCRIBED WITH THE FOLLOWING:

a. Material for which quotations are enclosed.

b. Reference to letter of enquiry.

c. Due date of opening quotation.

11. The Quotations will be opened in this office at 3.00 P.M. on 06-08-2014 in the

presence of tenderers or their agents such as they may choose to attend.

12. QUOTATIONS NOT PROPERLY SUPERSCRIBED WILL NOT BE CONSIDERED.

13. The quotations submitted shall remain open for acceptance for a period of 90 (Ninety)

days from the date of opening of the Tender. If any Tenderer/ Suppliers withdraws his

Tender/Quotation before the said period or makes any modifications in the Terms &

Conditions on the Tender/Quotation which are not acceptable to the Department, then

the Government shall, without prejudice to any other right or remedy, be at the liberty to forfeit 50% of the Earnest Money as aforesaid.

14. Both your PAN - Permanent Income Tax Account Number and Income Tax Circle &

your TIN - Tax Identification Number and the Tax circle should be definitely indicated

in your quotation.

15. Bill Submission:-

i. Clear indication on the top of the bills. “ Payment by direct credit to bank account

through ECS,NEFT,RTGS,ETC.”

ii. The details of beneficiary‟s name, name of the bank and branch, address, bank

account no, IFSC Code, MICR Code, along with the full address, Phone No and e-mail ID

of the beneficiary. iii. PAN NO, TIN NO, Service Tax number should also be clearly indicated in the bill.

iv. Payment shall not be made without the above details.

4

16. In case of supply of any Specific or Manufacturer item, the Manufacturer’s Test

Certificate/preferably from MSME, should be enclosed with the supply.

17. Predispatch Inspection:- The Goods are subjected to Inspection before acceptance.

The date of Inspection of goods may be intimated to this Office before dispatch to the consignee.

18. RIGHT OF ACCEPTANCE: The undersigned reserves the right to reject the lowest tender

or all the tenders without assigning any reasons whatsoever. Further, the undersigned

reserves himself the right to increase or decrease up to 50% of the quantity of goods and services specified in the schedule of the requirement without any change in the unit price

of the order quantities or other term conditions at the time of award of contract. All

Quotations/Tenders in which any of the prescribed conditions are not fulfilled or are

incomplete in any respect are liable to be rejected. The competent authority on behalf of

President of India reserve himself the right of accepting the whole or any part of the

Tender shall be bound to perform the same at the rate quoted.

19. Canvassing whether directly or indirectly, in connection with Tender/quotation is strictly

prohibited and the Tender/quotation submitted by the Contractors / suppliers who

resort to canvassing will be liable to rejection.

20. The undersigned also reserves the right to place Repeat Order up to 50% of the quantity

of goods and services contain in the running tender / contract within a period of 6

months from the date of order/ agreement at the same rate.

21. LANGUAGE / UNITS: All information supplied by the Tenderer & all markings, notes,

designation on the drawings & associated write-ups shall be in “English language" only. All dimensions, units on drawings, all references to weights, measures & quantities shall

be in MKS.

22. In case this is second enquiry, your Quotation in response to the first enquiry should be

presumed to be valid up to 120 days from the last date mentioned in para 11 above unless we hear from you.

23.EXPERIENCE: The tenderer should give documentary proof for having successfully

Designed. Fabricated, installed and commissioned similar type of equipment/work. They

should also submit list of Supply/works which are in hand at the time of submission of

tender. The list shall contain the name of Supply/ work, cost of supply/work and present position of supply/work.

24. AFTER SALES SERVICE:- The Tenderer should give full details of after sales service

capability. The locations of service centers across the country shall be indicated. If

there is no service centers at/ near the location of the site the tender is likely to be

rejected.

25.TECHNICAL SPECIFICATION AND GENERAL TERMS AND CONDITIONS:-

For technical specification for other general terms and conditions see the Annexures. The

tenderer should submit necessary pamphlets description of items being offered along

with technical bid and also the firms to which similar items were supplied in the

near past and completion report.

CONDITIONS OF CONTRACT:

a. DGS & D-68 (Revised) and DGS & D-71 as amended up to date. However, such of these

conditions stipulated on this tender shall supercede corresponding conditions in DGS &

D-71. However Clause 14(8) of the General conditions of the contract DGS & D-68 (Revised) will not apply in respect of this invitation to Tender.

b. The contractor shall sign a contract agreement form in triplicate in the prescribed

proforma and submit the same along with Security Deposit within 2 weeks. The complete

form with the purchaser‟s signature shall be sent back to the contractor. No supplies will be

made and no work shall start unless the agreement is signed by the contractor and the purchaser.

5

27. FAILURE AND TERMINATION CLAUSE

Time and date of delivery shall be essence of the contract. If the Contractor /

Supplier fails to deliver the stores / execute SITC / SETC, or any installment thereof within the period fixed for such delivery in the schedule or at any time

repudiates the contract before the expiry of such periods, the purchaser may without

prejudice to any other right or remedy, available to him to recover demurrages for

breach of the contract:-

(a) Recover from the Supplier/Contractor as agreed, liquidated demurrages including

Administrative expenses and not by way of penalty, a sum equivalent to 0.5% per week

up to maximum limit of 10% of the contract value for such delay or part thereof

(this is an agreed, genuine pre-estimate of demurrages duly agreed by the parties)

which the supplier/contractor has failed to deliver thereof is accepted after expiry of

the aforesaid period, provided that the total demurrages so claimed shall not exceed 10% of the contract price of the stores / SITC / SETC. After full period of

extension, termination of the contract will be considered by the Organization.

(b) Purchase or authorize the purchase elsewhere on the account and at the risk of the

contractor/supplier, of the stores not so delivered / SITC / SETC not carried out or other of a similar description (where stores exactly complying with the particulars

are not in the opinion of the purchaser, which shall be final, readily procurable) by

serving prior notice to the contractor/supplier without cancelling the contract in

respect of the installment not yet due for delivery or,

(c) Cancel the contract or a portion thereof by serving prior notice to the

Contractor/Supplier and if so desired purchase or authorize the purchase of the

stores not so delivered / SITC / SETC not carried out, or others of a

similar description (where stores not delivered / SITC / SETC not carried out, exactly

complying with particulars are not in the opinion of the purchaser, which shall be final

readily procurable) at the risk and cost of the Contractor/Supplier. If the

Contractor/Supplier had defaulted in the performance of the original contract, the

purchaser shall have the right to ignore his tender for risk purchase even though the

lowest, where the contract is terminated at the risk and cost of the firm under the

provisions of this clause, it shall be in the discretion of the purchaser to exercise

his discretion to collect or not, the Security deposit from the firm on whom the

contract is placed, at the risk and expense of the defaulted firm.

(d) Where action is taken under sub-clause (b) or sub-clause (c) above, the

contractor shall be liable for any loss which the purchaser may sustain on that

account, provided the purchase or if there is an agreement, to purchase, such

agreement is made in case of failure to deliver the S tores/Services, within 6

months from the date of such failure and in case of repudiation of contract the Contractor/Supplier shall not be entitled to any gain on such the entire discretion of

the purchaser to serve a notice of such purchase on the Contractor/Supplier.

(e) It may further be noted that clause (a) above provides for recovery of liquidated

demurrages on the cost of contract price of delayed supplies (whole unit) at the rate

of 0.5% per week up to maximum limit of 10% of the contract value for such delay or

part thereof. Liquidated demurrages for delay in supplies thus accrued will be recovered by the paying authority on instruction as specified in the supply order, from

the bill for payment of the cost of materials / works submitted by the supplier /

contractor in accordance with terms of supply order on instruction from Purchaser

regarding liquidated demurrages amount.

(f) Notwithstanding anything stated above, equipment and materials will be deemed to

have been delivered / SITC / SETC will be deemed to have been carried out only

when all its components, parts are also delivered. If certain components of stores are

not delivered in time / SITC / SETC not carried out in time, the stores / SITC / SETC

will be considered as delayed until such time all the missing parts are also delivered.

6

28. ARBITRATION OF CONTRACTUAL DISPUTES:

If a dispute arises out of or in connection with the contract, or in respect of any defined

legal relationship associated therewith or derived there from, the parties agree to submit

that dispute to arbitration under ICADR Arbitration Rules, 1996.The Authority to appoint

the arbitrator(s) shall be the International Centre for Alternative dispute resolution. The International centre for Alternative Dispute Resolution will provide administrative

services in accordance with the ICADR Arbitration Rules, 1996.

a) The number of arbitrator(s) shall be one who has legal as well as Technical

Background.

b) The language of the arbitration proceedings shall be English. c) The place of arbitration proceedings shall be Chennai only.

29. FORCE MAJEURE:

a. Provided further that if the performance in whole or part or any obligation under this order is

prevented or delayed by reasons of any such event for a period exceeding 180 days, the purchaser

and the contractor shall meet to find a neutral agreement to any effect resulting the reform or the purchaser may at his option cancel order provided also if the order is cancelled under this clause,

the purchaser shall be at liberty to take over from the contractor at order prices all unused, un-

damaged and acceptable material bought out components and stores in course of manufacture in

the possession of the supplier at the time of such cancellation or such portion thereof as the

purchaser may deem fit accepting such material, bought out components and stores as the supplier may with the concurrence of the purchaser elect to retain.

30.CANCELLATION:

The purchaser reserves the right to cancel the order in the event of non-performance / delay in

execution of the work or unsatisfactory performance by the contractor and recover payment

already made if any, along with losses/ damages incurred.

31. GENERAL:- All the pages of the tender document should be duly signed, stamped and

serially numbered on submission, failing which the tender may not be considered as qualified

tender.

Web Site: http://ceszairdd.org.in/tenders.php http://allindiaradio.gov.in/Information/Tenders https://tenders.gov.in

Encl:- Technical Specification – Pages 7-22

Schedule of Requirements – Page 23

Price bid – Pages 24 & 25

(JOTHI VIJAYAKUMAR)

ASSISTANT ENGINEER

for ADG (E) (SZ)

Tele-fax: 044 – 2538 2155

7

SPECIFICATIONS FOR SITC OF 250 KVA WATER- COOLED DIESEL GENERATOR SET WITH AMF CONTROL PANEL

GENERAL

Water-Cooled, stand alone, silent type Diesel Generator Set with Micro

Controller type AMF Control Panel of 250 KVA capacity, 415 V, 3 phase, 50 Hz, 4 wire, is required at FM Transmitter, All India Radio, DDK Campus, Chennai, as a standby power source for the Broadcasting Transmitter

Equipment. The equipment to be supplied should therefore be rugged, highly reliable & very efficient and be suitable for trouble free operation for continuous use with proven field performance record.

SUMMARY 1. Section I - General (General conditions governing the supply)

2.Section II - Technical Specifications (The technical parameters for the equipment offered are to be filled up by the tenderer while submitting the quotation. No cell of column 3 of 2.1 to 2.6 of

this Section is to be left blank by the Tenderer) 3. Section III - Schedule of Requirements [Price bid to be sealed separately]

NOTE : i) The Tenderer should go through all the Sections of the Specification carefully & should confirm clause-by-clause compliance to all

sections clearly. Tenders without clause by clause compliance shall be rejected out rightly.

ii)The tenderer should indicate the list of items offered as per

Schedule of Requirements of Section III in the technical bid if there

are separate bids to assess the completeness of the offer.

8

SPECIFICATIONS FOR THE SITC OF 250 KVA WATER- COOLED DIESEL GENERATOR SET WITH STANDARD & AMF CONTROL PANEL

SECTION – I

GENERAL CONDITION

This section covers the general conditions governing the Design, Manufacture, Factory

Inspection, Transportation to site, Supply, Installation, Testing, Commissioning and

satisfactory operation at site of the DG set with AMF control Unit. Each point of the

specification is to be filled by the tenderer in column 3 for compliance/conformation and

should be supported by printed literature / leaflets.

Sl.

No INDENTER’S REQUIREMENT Compliance /

Confirmation by

the Tenderer

1 The Water cooled, stand alone, silent type 250 KVA DG set will be

installed on a platform (provided by the Dept.) with Micro Controller

type AMF & Standard Control Panel in Transmitter Hall..

2 The DG set shall be designed for efficient and trouble free

service for continuous operation. The tenderer should fill up adequate

diesel for the continuous operation of 12 Hrs. All materials used in

the construction shall be as per IS : 10002 - 1981 (performance

requirement for constant speed compression ignition diesel engine

for general purpose( above 20 KW) Reaffirmed 1991; and 13364

(part 2 ) 1992 AC generators driven by reciprocating internal

combustion engine part 2 ; alternators rated above 20 KVA and

up to 1250 KVA (amended to date)

3 All works shall be carried out in accordance with the standard

mechanical and electrical practices. The units shall be designed for

easy maintenance and complete safety to operating personnel

4 The tenderers should undertake to make available spares and

replacement parts as and when required for a period of ten years,

after the initial guarantee period is over

5 All fittings and accessories which may not have been specifically

mentioned or which the tenderer may not explicitly mention in

his tender but all are necessary for the operation of the DG set

shall be deemed to be included in the contract and be provided

by the contractor without any extra charge.

9

Sl.

No INDENTER’S REQUIREMENT Compliance /

Confirmation by

the Tenderer

6. The tenderer shall submit the Technical pamphlets & Leaflets with

illustrations of DG alternator, AMF Control unit details with schematic

circuit/ wiring diagram relevant to the components offered in duplicate

7. Two copies of the drawings showing the dimensions, location

accessories etc. of the DG set including AMF Control unit should

be sent to indenter along with the tender documents

8. Following documents / details should be supplied to the consignee

along with the DG set at the time of delivery :

i. Two copies of the book of instructions for the installation ,

operation and maintenance of the DG set

ii. Factory test certificates on the engine, alternator, control panel,

accessories and acoustic installation as per the relevant IS.

Iii Two set of documents as above should be directly sent to indenter

9. Delivery, installation, testing commissioning & handing over of the DG

set shall be completed within 2 months after the placement of Order.

10. The DG Set shall be guaranteed in all respects for satisfactory operation

under full load condition for 2 Years from the date of taking it into

service. The firm shall attend to the fault immediately if reported to him

11. SUPPLY, INSTALLATION, TESTING & COMMISSIONING

( SITC) of 250 KVA above DG set at site with AMF unit with MCCBs

: The Tenderer /supplier is required to complete the Supply, Installation,

Testing, Commissioning of the DG set providing relays, contactors etc.

(rating suitable for 400 Amp with current setting 90 %) required

along with necessary indicating lamps & energy meters.

12. SPARES: Along with the diesel generator, the tenderer shall also

quote separately for recommended spares for two years operation of

DG set giving list of all spares.

13. The Earthing of the DG set shall be done by the Department

14. The stand alone silent type DG set will be fixed on self contained rust

proof chassis complete with sound proof, weather proof enclosure with

built in exhaust & ventilation system. The diesel tank should be part of

the chassis.

10

15. The tenderer shall supply the data on fuel & lubricating oil consumption

(ltr/ hr) of the engine at the following loadings of the alternator at site

conditions (taking into consideration the various derating factors)

a) 25 % load ; b) 50 % load ; c) 75% load ;

d) 100% load ; e) 110% load ;

16. The performance of the DG set should be as per Indian standard IS:

10002:1981 (Performance requirements for constant speed compression

ignition (diesel) engines for general purposes above 20 KW reaffirmed

1991)

17. Protection of the machine shall be as per IS 4691: 1968 with latest

amendments

18. The tenderer should be an Original Equipment Manufacturer for the

offered Engine and Alternator make/ MODEL (authorized by the

Manufacturer of Engine & Alternator to supply their Equipments) Also

tenderer should have ISO certification for his manufacturing works.

Documentary proof for these are to be enclosed along with the tender

19. A standard list of tools including special tools required for

maintenance and repair of Diesel Generator is to be quoted with

the tender. The cost of these tools is to be quoted separately

11

SECTION II

TECHNICAL SPECIFICATION: The stand alone, silent type, water cooled, DG set

mounted on a self contained rust proof chassis complete with weather proof, sound proof

acoustic enclosure with built in exhaust & ventilation system. The DG set should meet the

noise level as indicated in Sl.No.2.1.25 & 2.3.5 of Section II) All units & accessories shall be

housed on a single chassis inside the enclosure.

Extracts of the relevant IS, photographs, etc., wherever required, are to be enclosed to

substantiate the claim made in the officer.

2.1 ALTERNATOR : The Alternator will conform to IS:13364 (Part – 2) – 1992 for

manufacturing, enclosure of alternator as per IS:4691 IP 23, mounting as per IS : 2253 &

testing of alternator as per relevant IS with latest amendments. The alternator must be of ISO

certified manufacturer like KEC/STAMFORD/AVKC.

TECHNICAL PARAMETERS FOR ALTERNATOR

Sl

No

TECHNICAL

PARAMETERS

INDENTER’S REQUIREMENT Tenderer’s

Offer

2.1.1 Type of alternator Brushless self excited ,Self regulated, ISO

9000 certified alternator.

2.1.2 Electrical Output

(Prime power)

250 KVA at NTP conditions

2.1.3 Make To be indicated by the tenderer

2.1.4 No. of phases and

interconnection between

phases, if any

3 phase with Neutral point in terminal box,

Star Connected

2.1.5 Rated voltage 415 Volts ( nominal)

2.1.6 Voltage regulation ± 1.0% from no load to full load at lagging

power factor of 0.8 to 1.0 and speed drop of

less than or equal to 45

2.1.7 Power factor Better than 0.80 (lagging)

2.1.8 Frequency in Hz 50 Hz ± 4 %

2.1.9 Speed in RPM at rated load 1500 RPM

2.1.10 Type coupling Alternator to be coupled either directly to

engine or through flexible rubber coupling on

a common fabricated base frame

2.1.11 Exciter i) The alternator shall be self regulated self

excited and rated for continuous operation

from no load to full load under all working

conditions

ii) The alternator shall be able to supply

unbalanced load as specified in IS 13364

(Part 2) 1992 with latest amendments

2.1.12 Exciter rating It shall be rated for1.25 times the full load

conditions

2.1.13 Type of load to be

connected

1. Broadcasting Transmitter load

instantaneously and continuously varying

above a specified limit

2. Building light, flood lights and power loads

12

2.1.14 Maximum load switched

ON/OFF 250 KVA

2.1.15 Type of duty Continuous

2.1.16 Phase Sequence RYB

2.1.17 Type of field Rotating

2.1.18 Class of Insulation Class “H”

2.1.19 Construction Horizontal, foot mounted with ball or roller

bearing and end shields

2.1.20 Cooling Machine shall have cooling provision as per

IS:6362 – 1971 IC 01 amended to date

2.1.21 Temperature rise Limited in Class H as per IS 128-2 and IS

4722:1992 amended to date

2.1.22 Overload capacity 1.5 x rated FLC for 30 secs. and 10%

overload for 1 hour after every 6 hours of

running

2.1.23 Over speed To withstand the speed of 1.2 times of the

rated speed

2.1.24 Voltage, Current &

Frequency measurements

Display through separate meters Make

Preferably AE Make

2.1.25 Protection against short

circuit

Short circuit protection to be provided {Pl.

indicate the device/system used}

2.1.26 Vibration As per IS 12075 : 1987 amended to date

2.1.27 Noise As per IS 12065 : 1987 amended to date

2.1.28 (i) Terminal Three phase with Neutral

(ii) Output Terminals Terminal box shall be mounted on top of

stator body and shall be suitable for

connecting up to 300 sq. mm , 3 ½ core

PVC insulated , PVC sheathed, Aluminium

conductor armoured cable

(iii)Terminal Marking As per IS 4728 : 1975 amended to date

2.1.29 De-rating Parameters To be given by the Tenderer

2.1.30 Rated FLC To be given by the Tenderer

2.1.31 Efficiency at 0.85 p.f. (lag) More than or equal to 92% for 25% to 100%

load. Design of alternator should be such as to

hae maximum efficiency at 75% of Prime

Power rating at NTP.

2.1.32 Waveform Distortion

(THD)

Less than 2% on NO LOAD

2.1.33 Unbalanced load permitted Not exceeding 20% rated FLC in any phase

13

2.2 TECHNICAL PARAMETERS FOR DIESEL ENGINE : The Diesel Engine

shall conform to IS : 10002-1981 (reaffirmed 1991) and testing as per IS:10000 (Part I to Part XII) with latest amendments. The Diesel Engine must

be of ISO certified manufacturer like Caterpillar / Cummins/ Perkins / Kirloskar / Deutz.

Sl. No Technical parameters INTENDER‟S REQUIREMENT Tenderer‟s Offer

2.2.1 Type of Engine The diesel Engine should be vertical

cylinder type having 6 cylinders

totally enclosed, compression

ignition, water cooled (radiator

cooled), turbo charged cooled suitable

for Power generation application

having minimum of 306 BHP capacity

to drive the 250 kVA alternator at

1500 rpm under NTP condition

confirming to BS 649, complete with

all interconnecting piping and the

following standard accessories.

a) Suitable fly wheel.

b) Flexible coupling

c) Air cleaner

d) Radiator – heavy duty type

e) Cooling fan

f) Water circulating pump

g) Corrosion resistor

h) PT fuel pump

i) Electronic governing control

(EGC)

j) Fuel filter

k) Fuel shut down solenoid

(24Vdc, stop solenoid)

l) Lubricating oil filter

m) Oil cooler

n) By pass filter

o) Silencer (Residential type)

p) Starter

14

q) Engine instrument panel with

following Lubricating oil temperature

Lubricating oil pressure gauge Water

temperature gauge Hour meter and

speedometer

2.2.2 Make To be indicated by the tenderer

2.2.3 Capacity i) To be rated for continuously driving the alternator to deliver the rated full load output at NTP.

ii) The Tenderer shall specify the capacity of the Diesel Engine offered

by him along with the computations of various de-rating applied as per relevant IS.

2.2.4 Type of fuel H.S Diesel Oil

2.2.5 Method of Cooling i. Water-cooled with Radiator

ii. Provision for anti-rusting, anti-

corrosion & anti-freeze arrangement

for the water coolant is to be made, if

applicable.

iii. Jacket water system should be

free from rubber hoses for reducing

he risk of leakage and therefore

engine failure.

iv. Cooling system shall be provided

with twin thermostats, permanent

lubricated water pump.

2.2.6 Method of starting i) The engine shall be cold starting

type

ii) It should be battery starting from

24 V battery (Exide/ Amaraja)

iii) Starting switch with key should be provided on engine control panel. Starting motor with battery

charging alternator along with voltage regulator and activation

switch shall be an integral part of the starting system.

v) Battery charging ammeter shall be

provided for starting the battery.

15

vi) Battery offered should be maintenance free, of good quality and of reputed make, complete

with ignition charging connecting leads & terminals. The Make/ Model of the offered battery and its

Amp – hour rating to be mentioned.

2.2.7 Capacity of fuel tank A service tank of minimum 24 hrs

running capacity along with suitable

fuel gauge is to be provided The tank

should be as per IS amended up to

date .The tank should be treated with

7-tank process and painted with

epoxy powder coat paint is to be

provided. [The tank should be part of

self-contained cabinet and housed

suitably]

2.2.8 Speed of Engine

1500 RPM with class A 1

governing as laid down in IS 10000

2.2.9 Type of Exhaust

system

A heavy duty residential type

exhaust silencer to be provided.

2.2.10 Engine protection i) The engine shall be protected

against high water temperature with

audio & visual alarm

ii) Over speed protection through

hour meter cum RPM indicator with

audio/ visual alarm

iii) Low Lubricating Oil Pressure

Protection with audio and visual

alarms

2.2.11 Accessories Standard Accessories

2.2.12 Vibration Insulation Anti-vibration pad of Polybond /

Resinoflex Make shall be provided

2.2.13 Base frame Common MS channel fabricated,

rigid, rust proof & with suitable anti-

vibration mounting

16

2.2.14 Consumption of fuel

and lubricant (ltrs/hrs)

The tenderer shall

submit this data both at

NTP and at site

conditions

* Fuel consumption at 50

% load should be better

than 30 liters per Hour

AT NTP :

A] ________ltrs/hr at 25% load

B] ________ltrs/hr at 50% load

C] ________ltrs/hr at 75% load

D] ________ltrs/hr at 100% load

AT SITE CONDITIONS :

A] ________ltrs/hr at 25% load

B] ________ltrs/hr at 50% load

C] ________ltrs/hr at 75% load

D] ________ltrs/hr at 100% load

2.2.15

Lubricating oil

specifications

To be indicated by the tenderer

2.2.16 Total lubrication system

capacity

To be indicated by the tenderer

2.2.17 Total coolant capacity To be indicated by the tenderer

2.2.18 Fuel system Direct fuel injection system with fuel

lift pump inline type

2.2.19 Exhaust gas volume To be given by the tenderer at 75% &

100% prime power rating

2.2.20 Exhaust gas

temperature

To be given by the tenderer at 75% &

100% prime power rating

2.2.21 Smoke level Harmful gaseous emission should

meet the pollution board norms for

environment protection

17

2.3. TECHNICAL PARAMETERS FOR COMPLETE DIESEL GENERATOR

SET :

Sl.

No

Technical Parameters INDENTOR‟S REQUIREMENT Tenderer‟s

Offer

2.3.1 Type of DG set Silent. Self-contained, Standalone with AMF panel and acoustic enclosure

2.3.2 Dimensions of DG set including

acoustics enclosure

To be given by the tenderer [length x width x height]

2.3.3 Total Weight of DG

set

To be furnished by the Tenderer

2.3.4 Type of enclosure DG set shall be housed in an

Acoustic Enclosure consisting of Acoustic insulation, Non inflammable canopy ventilation system with CFM

details, doors & suitable for outdoor use.

2.3.5 Noise level Complete DG set including engine shall meet the Pollution Board norms

for noise limit, i.e., the maximum permissible sound pressure level for DG sets with rated capacity upt o 250

KVA shall be 75 dBA at a distance of 1 mtr from the enclosure surface.

(Original certificates to be enclosed from authorized agency)

2.3.6 Smoke Level Harmful Gaseous emission shall meet the Pollution Board norms for Environment protection at the time

of delivery of DG set. (Original certificates to be enclosed from authorized agency)

2.3.7 Inspection The successful Tenderer will have to get the Diesel generator set inspected by a person authorized by the Indenter in his workshop / factory before dispatch

2.3.8 Testing of DG set The testing of DG set will be demonstrated on no load, partial load and full load ( in steps of 20 % from no load to full load) at site.

18

2.4 ENGINE AND ALTERNATOR CONTROL PANEL : Sl. No INDENTER’S REQUIREMENT Tenderer’s

Offer

2.4.1 Control panel for 415 V 3-phase, 50 Hz, 4 wire AC supply should have the

following features & accessories :

i It should be mounted on the enclosure with hinged panel and will be wired

up as per standard practice and as per I.E. rules

ii It should be fabricated out of CRCA sheet duly processed in 7 tank, dust

proof, vermin proof & powder coated.

iii The Alternator panel is to be provided with 400 Amp MCCB 4 pole with

overload protection and adequate space for connecting outgoing &

incoming cables up to 400 sq mm 3 ½ core aluminium conductor Un-

armoured cables. The rating of interconnecting copper cables shall be

suitable for taking at least 1.5 times the rated current.

2.4.2 The panel shall comprise of following Instruments :

(a) Start / Stop switch with key

(b) Local/Remote control switch

(c) Frequency meter

(d) DC Voltmeter & Ammeter for battery charging

(e) Ac Voltmeter (flush type) with Selector switch

(f) KW meter, pf meter

(g) Flush mounted Ammeter having a scale more than 20% full load current

(h) Instrument fuses/MCBs

(i) Low oil pressure & high water temperature audio alarm

(j) Priming pump starter

(k) Hour meter

(l) RPM meter (Tachometer)

(m) KWH meter.

2.4.3 The panel shall comprise the following Indicators:

(a) Set ON (b) Load ON (c) Remote control (d) Low lubricating oil pressure

(e) Over speed (f) High enclosure temperature (g) High water temperature

2.4.4 Remote control panel should be provided as per the site condition, which is

parallel to the above said inbuilt control panel

2.4.5 Protection for Generator :

[A] ALTERNATOR :

(a) Earth fault protection through relay

(b)Under voltage protection through relay

(c) Under frequency protection through relay

(d) Over current protection(through MCCB/ACB release)

(e) One set of fuses shall be provided for instruments & control circuit.

[B] ENGINE :

(a) Protection against the following :

i) engine over speed

ii) low lube oil pressure

iii) high water temperature (b) One set of audio and visual alarm for above protection

19

Sl. No INDENTER’S REQUIREMENT Tenderer’s

Offer

2.4.6 The engine local control panel should have the following features :

(a) Start /Stop push button with key for local starting

(b) Special switch (or any other method) on the local control panel

providing locking in any of the three positions:

i) Local; ii) AMF; iii) Off –No rotation at all.

(c) A timer to ensure that the starter is not pressed for a long time.

(d) A pressure switch to ensure that the starting motor is not energized when

the generator is running.

(e) Lubricant oil temperature gauge.

(f) Hour cum tachometer.

2.4.7 Power Supply for space heaters of the engine :

Suitable arrangements through push buttons shall be made for power supply

to space heaters from the battery of DG set. The Ampere Hour rating of the

battery may be offered accordingly.

20

2.5 ACOUSTICALLY TREATED ENCLOSURE :

Sl.No INDENTOR‟S REQUIREMENT

Tenderer

‟s Offer

2.5.1 The stand alone silent type water-cooled DG Set will be

mounted on a self contained rust proof chassis complete with sound proof acoustic enclosure with built in exhaust & ventilation system including illumination. All units &

accessories shall be housed on a single chassis inside the enclosure.

2.5.2 The self contained acoustic enclosure should be robust in design so that there is no need of civil work to be

carried out for installation of the DG set. Only high quality components and accessories should be used in fabricating the enclosure, such as locking systems,

neoprene bulb type gasket, dial type fuel gauge, etc. Easy start and stop facility should be provided. External drain

plug for diesel and lubricating oil for ease of routine maintenance should be provided. External fuel filling arrangement should also be provided.

2.5.3 The enclosure should be made out cold rolled steel sheets which are duly surface treated for corrosion

resistance. High quality painting should be done for weather proof and long lasting finish.

2.5.4 Base frame shall be made of 5 mm thick sheet and bent to special section for maximum rigidity.

2.5.5 Side wall shall be fabricated from 1.6 mm CRC sheet & filled with 100mm thick acoustic material having 96 Kg/m3

density which is then covered with fiber cloth/tissue paper and finally with perforated MS sheets.

2.5.6 The doors shall be 75 mm thick fabricated from 1.6 mm CRC sheets and packed with acoustic material. Sealing should be done with neoprene rubber gaskets.

Heavy duty lockable handles should be provided for easy access and security.

2.5.7 Roof shall be 65mm thick made out of 2.5mm thick CRC sheet welded to provide wrinkle free roof structure.

2.5.8 Details of ventilation system indicating CFM, etc., to be provided.

2.5.9 The exhaust pipes shall be covered with glass wool and clad with aluminium sheet to avoid heating of the DG chamber and to avoid excess heat in genset operational

area. Air inlet and outlet space shall be provided with sound dampers.

2.5.10 Complete DG set with enclosure including engine should achieve a noise level of 75 dBA at a distance of 1 mtr

from the surface of the enclosure

21

2.6 AMF CONTROL PANEL

SNo. INDENTER‟S REQUIREMENT Compliance

1.

Automatic mains failure (AMF) control panel shall be able to start up the DG set and transfer the loads on to the DG sets on mains failure without requiring any

human intervention. Similarly on restoration of mains supply it shall be able to transfer the load to mains

supply and switch off the DG set automatically.

2.

The AMF Control Panel shall be fabricated from steel sheet of minimum 1.5 mm thickness, duly pretreated and

aesthetically finished. The Control Panel shall be totally enclosed, dust and vermin proof, floor mounted type with degree of protection IP 53 as per IS : 2147 : 1962.

3.

The AMF Control Panel shall have the following instruments :-

(A) Microprocessor based system with RS 232 serial port with full duplex communication and composite meter for digital display of:

i. Generator voltage / AC mains voltage ii Generator current

iii Load current

iv Power Factor v Frequency meter

vi Energy Meter (B) Mode selector switch for setting the panel on any

one position such as off or auto or manual or test (C) Engine On - Off ( Push button type) (D) HRC Fuses of suitable ratings (E) Rectangular aluminium bus bars (one number for each

phase, neutral and earthing terminal) of adequate ratings duly colour coded with heat shrinkable PVC sleeves

(F) Two MCCB‟s of suitable ratings ( one for DG set &

one for AC mains) with over load relay (G) Under voltage relay for mains

22

(H) Three attempt engine start / engine cranking relay (I) On delay timer for load change over

(J) On delay timer for engine shut off

(K) Push button switch for ON and OFF operation

(L) Pilot lamps three numbers for three phase DG sets (M) Battery charger complete with voltage regulator, float/

booster selector switch, on - off switch, voltmeter & ammeter for charging the battery from the mains. This

will be in addition to the battery charging alternator fitted on the engine instrument & control MCBs

(N) Five number-indicating lamps to indicate mains low voltage, load on mains, set running, load on set and battery charger on.

(O) Audio visual alarm for low lubricating oil pressure,

high water temperature ( for water cooled), high cylinder head temperature (for Water cooled), Start

failure and DG over load.

23

SECTION - III

SCHEDULE OF REQUIREMENTS :

Sl.

No.

DESCRIPTION Qty

3.1 Supply of 250 KVA (at NTP) silent type Diesel

Generator set with 415 V ± 1%, 3 phase, 4 wire, 50 Hz ± 4% as per AIR specification with

Engine and Alternator Control Panel, AMF panel including suitable interconnecting LT cables, self contained acoustic enclosure on

ready to use basis with service tank with fuel pipe, dial type fuel gauge and complete accessories, standard tools including anti-

freezing arrangement of coolant, if required and AMF Panel. To be installed at FM Transmitting

Centre, All India Radio, Doodarshan Complex CHENNAI

1 no

3.2 Installation, Testing & Commissioning of the above DG sets. Transportation & Unloading at site ( Include all other work for installation

other than construction of Platform and Earthing which will be done Departmentally)

1 job

3.3 Supply and Laying of Suitable Multicore copper conductor control cable in ground of remote operation and visual indication in Transmitter

Hall.(Rate /Mtr to be quoted).

40 Mtrs.

3.4 Supply and Laying of Cable 1100 V 400 Sq.mm

Three and half core Al. Conductor PVC Insulator armoured cable (Rate/Mtr to be quoted).

40 Mtrs.

3.5 Supply and fixing of silencer/exhaust pipe

01 set

3.6 Supply of fuel(HSD) and lubricating oil and other consumables during testing of DG Set for

24 hrs at site as per section I of IS 10000, Part IX-1980 amended to date.

Lumpsum

3.7 Charges for obtaining CEA/State Electricity Board clearance for complete DG Set Installation.

1 job

OPTIONAL ITEMS

Sl. No. DESCRIPTION Qty

1 Spares required for operation of the DG Set for

2 years (list of spares to be enclosed)

1set

2 Standard tools including special tools required

for the maintenance and repair of Diesel

Generator [list of tools to be enclosed]

1set

24

PRICE BID

Pro rata Break Up Details Of The Identifiable Items of Supply And ITC / ETC cost

(To Be Filled In By Tenderers)

No.ADG(E) (SZ) / PUR / PSEA/23/2014-15/ Date: 23-07-2014

Tender‟s Name ----------

Due Date---------------

Delivery Period:-----------

Tenderer‟s Quotation No ------------------ Make & Model:

Validity of Quotation-----------------------

Sl

No.

Description of

items/works

Qty Rate per

unit (both in figures

and

words)

Taxes if

any (rate &

amount)

Total

(both in figures and

words)

3.1

Supply of 250 KVA (at NTP) silent type Diesel Generator set with 415 V ± 1%, 3 phase, 4 wire, 50 Hz ± 4% as per AIR specification with Engine and Alternator Control Panel, AMF panel including suitable interconnecting LT cables, self contained acoustic enclosure on ready to use basis with service tank with fuel pipe, dial type fuel gauge and complete accessories, standard tools including anti-freezing arrangement of coolant, if required and AMF Panel To be installed at FM Transmitting Centre, All India Radio, DDK campus CHENNAI

1No

3.2. Installation, Testing & Commissioning of the above DG set including Transportation & Unloading at site ( Include all other work for installation

other than construction of Platform

and Earthing which will be done Departmentally).

1job

3.3 Supply and Laying of Suitable Multicore copper conductor control cable in ground of remote operation and visual indication in Transmitter Hall.(Rat /Mtr

to be quoted).

40m

3.4 Supply and Laying of Cable 1100 V 400 Sq.mm Three and half core Al. Conductor PVC Insulator armoured cable (Rate/Mtr to be quoted).

40m

3.5 Supply and fixingof silencer/exhaust pipe

1set

25

3.6 Supply of fuel(HSD) and lubricating oil and other consumables during testing of DG Set for 24 hrs at site as per section I of IS 10000, Part IX-1980 amended to date.

LS

3.7 Charges for obtaining CEA/State Electricity Board clearance for complete DG Set Installation.

1job

OPTIONAL ITEMS

Sl.

No

.

DESCRIPTION Qty Rate/ Unit Taxes if any)

Total (both in figures in words

1 Spares required for operation of the DG Set for 2 years (list of

spares to be enclosed)

1set

2 Standard tools including special tools required for the maintenance

and repair of Diesel Generator [list of tools to be enclosed]

1set

NOTE:- 1. Please indicate prorata break up details of all identifiable items of supply of stores and ITC / ETC cost in proforma above. 2. The statutory charges like Excise Duty, VAT/Sale Tax, Service Tax etc which will not be borne by the bidder must be indicated with % rates as applicable in column 5 above, failing which this Organisation will not be liable for payment of any such charges. 3. State Entry Tax, Toll Tax and other taxes which are collected by statutory bodies on the way during transportation of materials shall not be included in the price bid. These taxes, if paid, may be reimbursed as per actual on claim with original receipt of payment.

Tenderer's Signature

Place Date and Seal