SITC of 82.5 KVA Water Cooled Diesel Generator Set Without

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/82.5 KVA DG/35/2014-15/
Date: 13-08-2014.
Sub.: Enquiry for SITC of 82.5 KVA Water Cooled Diesel Generator Set Without AMF Control
Panel at studios of AIR, Hyderabad on buy back basis-Reg.
Dear Sir,
This office is interested in purchase of following SITC as per specification given
below/attached and invites your quotation.
1.
Sl.
Description / Quantity
Quantity
No.
1.
SITC of 82.5 KVA Water Cooled Diesel Generator Set
Without AMF Control Panel at studios of AIR,
Hyderabad on buy back basis
1 Set.
Consignee: The Deputy Director General (Engg), All India Radio, Hyderabad.
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.20,000/- [Rupees Twenty 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.
1
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 SITC 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 82.5 KVA Water Cooled Diesel
Generator Set Without AMF Control Panel at studios of AIR, Hyderabad 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
28.8.2014 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.
2
5. TAXES:
a. Payment o f En t r y T a x / O ct r o i D u t y and Toll T ax (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 D uty /
T oll T ax. 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.
*
6.
Please note that this Office will not issue any Form such as ‘C’, ‘D’ etc.
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 3 Months from the date of placement of order. Delivery period may
also be quoted separately.
9. Order on Higher Tenderer:
It should be noted that if an order is placed for supply of stores / SITC / SETC on a higher
tenderer in preference to the lowest acceptable offer in consideration of an earlier delivery,
the tenderer will be liable to pay to the Purchaser, the difference between the contract rate
quoted by the lowest acceptable tenderer, in case he fails to complete the supply of stores /
SITC / SETC in terms of such contract within the specified date of delivery. This is without
Prejudice to other rights under terms of contract.
10. 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..
11. The quotation should be sent in a sealed cover addressed to the undersigned, by
name, so as to reach on or before
28.08.2014, 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.
12. The Quotations will be opened in this office at 3.00 P.M. on
28.08.2014 in the
presence of tenderers or their agents such as they may choose to attend.
13. QUOTATIONS NOT PROPERLY SUPERSCRIBED WILL NOT BE CONSIDERED.
14. 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.
3
15. 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.
16. 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.
17. In case of supply of any Specific or Manufacturer item, the Manufacturer’s Test
Certificate/preferably from MSME, should be enclosed with the supply.
18. 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.
19. 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.
20. 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.
21. 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.
22. 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.
23. 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.
24.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.
25. 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.
4
26.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.
27.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
proforma and submit the
form with the purchaser’s
made and no work shall
purchaser.
sign a contract agreement form in triplicate in the prescribed
same along with Security Deposit within 2 weeks. The complete
signature shall be sent back to the contractor. No supplies will be
start unless the agreement is signed by the contractor and the
28. 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.
5
(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)
29.
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.
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.
30. 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, undamaged 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.
31.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.
32. 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 7-18
Schedule of Requirements – Page 19-21
Price bid
– Pages 22-23
(JOTHI VIJAYAKUMAR)
ASSISTANT ENGINEER
for ADG (E) (SZ)
Tele-fax: 044 – 25362076 Extn 226/228
6
SPECIFICATIONS FOR THE SITC OF 82.5 KVA WATER- COOLED
DIESEL GENERATOR SET WITHOUT AMF CONTROL PANEL
SECTION – I
GENERAL CONDITION
82.5 kVA, 415 V, 3 Phase, 4 wire, 50 Hz Water-Cooled stand alone, silent type
Diesel Generator set without AMF Control Panel parallel to the inbuilt control panel
with acoustic enclosure(1Set) for studio centre of All India Radio, Hyderabad as a
standby power source for the Broadcasting Studio equipments. The equipment to be
supplied should therefore be rugged, highly reliable, very efficient and suitable for
trouble free operation for continuous use with proven field performance record.
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 without 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
1
The Water cooled, stand alone, silent type 82.5 KVA DG set will
be installed on a platform (provided by the Dept.)
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)
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.
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.
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.
3
4
5
6.
7.
COMPLIANCE/
CONFIRMATION
BY THE
TENDERER
The tenderer shall submit the Technical pamphlets & Leaflets
with illustrations of DG alternator, Remote Control unit
details with schematic circuit/ wiring diagram relevant to the
components offered in duplicate
Two copies of the drawings showing the dimensions,
location accessories etc. of the DG set including Remote
Control unit should be sent to indenter along with the
tender documents.
7
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 3months after the
placement of Order.
10.
The DG Set shall be guaranteed in all respects for satisfactory
operation under full load condition for 24 months 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) 82.5 KVA D.G Set : The Tenderer /supplier is required
for the Supply, Installation, Testing & Commissioning of the
above DG set at site with MCCB’s , relays, contactors etc. (
rating suitable for 200 Amp with current setting 90 Amp)
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 Tenderer in
accordance with provisions of IS 3043 : 1987 (code of practice
for earthing) with latest amendments (4 nos: 2 nos for neutral
earth; 2 nos. for chassis / body earth). Drawing enclosed; value
of earth resistance should be less than 1 ohm.
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.
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
8
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). OEM 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
20.
The successful Tenderer will have to get the above diesel
generator sets inspected by a person authorized by Indenter
in his workshop / factory before dispatch as per IS .
Original Type Test Certificates ( as per IS applicable) of
Engine, Alternator, Standard Control Panel, accessories etc.,
shall be handed over to the Indenter’s Inspector and
routine tests as per IS shall be arranged by the Tenderer.
Immediately after Inspection, the Inspection report /
Certificates shall be issued by Inspector as per
performance of the machine.
21
The Agency must ensure Stand By Power Supply arrangement
[through hired DG Set] for the Full Load during the transition
period of disconnection of old DG set and the reconnection of
the new DG Set.
9
SECTION II
TECHNICAL SPECIFICATION
TECHNICAL PARAMETERS FOR ALTERNATOR
SL
NO
SCHEDULE - A
TECHNICAL
PARAMETERS
INDENTER’S REQUIREMENT
1.
Type of Alternator
2.
Electrical Output
(continuous)
Make
Brush less, self excited, self regulated.
ISO 9000 certified Alternator
82.5 KVA at site AIR, Hyderabad
3.
4.
5.
6.
7.
8.
9.
No. of phases and
interconnection
between phases, if any
Rated voltage
Power factor
Frequency in Hz
Speed in RPM at rated
load
Type of enclosure
COMPLIANCE /
CONFIRMATION
BY THE
TENDERER
The Alternator must be of ISO certified
OEM like Kirloskar Electrical Company
(KEC) / STAMFORD/ Crompton &
Greaves
3 phase with Neutral, Star connected
415 Volts ( nominal)
Better than 0.80 (lagging)
50 Hz + / - 3 %
1500 RPM
Screen protected drip proof type as
per IS 4691 IP 21/IP 22
Engine is to be coupled directly to alternator.
Coupling through chain or belt drive is not
acceptable.
10.
Type of coupling direct or
by belt
11.
Exciter
i) The alternator shall be brushless
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
12.
Exciter rating
It shall be rated for1.25 times the full
load conditions
13.
Type of field
Rotating field salient pole brush less
alternator
14.
Output waveform
The output waveform should be of pure
sine wave, free from any harmonic
interference. Total harmonic distortion
should be below 3 % and it should be
shown during factory test.
15.
Earthing
As per IS 3043 : 1987
16.
Type of duty
Continuous duty
10
17.
Phase Sequence
RYB
18.
Ambient Temperature
50 Degree Cent, R /H 95%
19.
Class of Insulation
20.
Mounting
Class “ F “ (Rotor)
Class “ F “ (Stator)
Horizontal, foot mounted
21.
Voltage regulation
+ / - 1.0 % from no load to full load
22.
Whether neutral point Yes. Neutral point is to be made inside
is to be brought
the Stator & 4 terminals to be brought to
down to terminal
terminal box.
23.
Cooling
Self Ventilated forced Air cooling
24.
Temperature rise
As per IS 12802 and IS 4722 : 1992
25.
Overload capacity
26.
Over speed
1.5 x rated FLC for 30 secs. and 10%
overload for 1 hour after every 6 hours of
running
To withstand the speed of 1.2
times of the rated speed
27.
Voltage, current &
Display through separate meters. Make:
frequency
Preferably by AE make.
measurement
28.
Electrical Protection
Over current/short circuit / Earth fault
/ under voltage/under frequency
protection to be provided
29.
Vibration
As per IS 12075 : 1987 amended to
date
30.
Noise
As per IS 12065 : 1987 amended to
date
31.
(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 120 sq. mm , 3 ½ core
PVC insulated , PVC sheathed,
Aluminium conductor armoured cable
(iii)Terminal Marking
As per IS 4728 : 1975 amended to
date
32.
Whether rated output
At site conditions taking into account
is required at NTP or
the derating as per relevant IS 1601 :
site conditions
1960 (amended up to date)
33.
Derating Parameters
To be given by the Tenderer
34.
Rated FLC
To be given by the Tenderer
35.
IS Code
4722 : 1992 Rotating Electric Machine
11
SCHEDULE ( B )
TECHNICAL PARAMETERS FOR DIESEL ENGINE
SL
NO
TECHNICAL
PARAMETERS
INDENTER’S REQUIREMENT
1.
Type of
Engine
Self start Water cooled Turbo Charged ISO
9001 approved Diesel Engine
2.
Make
The Alternator must be of ISO certified OEM
like Kirloskar / Greaves / Ashok
Leyland/cummins
3.
Capacity
i) To be rated for driving the alternator to
deliver the rated full load output mentioned
in Section II Schedule (A) and at AIR,
Hyderabad.
COMPLIANCE /
CONFIRMATION
BY THE
TENDERER
ii) The Tenderer shall specify the capacity of
the Diesel Engine offered by him along with
the computations of various derating applied
as per relevant IS.
4.
Type of fuel
H.S Diesel Oil
5.
Method of
Cooling
Water cooled
6.
Compression
Ratio
To be defined
7.
IS Code
Diesel Engine shall conform to IS 10002 :
1981 (Reaffirmed) with latest amendments.
8.
Method of
starting
i) ON/ OFF through AMF Control Panel/
local control Panel.
ii) The engine shall be cold starting type
iii) It should have battery starting from
24 volt battery like Exide/ Amaraja.
iv) Starting switch with key should be
provided on engine control panel.
v) Battery charging ammeter shall be
provided for starting the battery.
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.
vii).Manual starting facility is also to be
provided.
DG Set offered with compressed air
starting will not be accepted
12
9.
Capacity of
fuel tank in
liters required.
A service tank of minimum 12 hrs
running capacity along with suitable fuel
gauge is to be provided The tank should
be as per IS amended up to date. Quantity
of Diesel in litres for the capacity of the fuel
tank may be indicated by the tenderer.
10.
Speed of
Engine(Direct
Coupling to
Alternator)
1500 RPM with class A 1 governing as
laid down in IS 10000 / BS 5514.
11.
Type of
Exhaust
system
A heavy duty residential type exhaust
silencer to be provided. The silencer should
be minimum 5 feet in height.
12.
Engine
protection
i) Over speed protection through hour meter
cum RPM indicator with audio & visual
alarm
ii) Low Lubricating Oil Pressure Protection
with audio and visual alarms
iii) High temperature protection with audio
and visual alarms
iv).Emergency Stop Provision.
13.
IS Code
Conforming to IS 10002 : 1981 with latest
amendments
14.
Base frame
Common MS channel fabricated, rigid, rust
proof & with suitable anti - vibration Pads
mounting
15.
Testing
As per IS 10000 (Part I to Part XII)
16.
Accessories
To be supplied with complete accessories
and as per standard practice
13
SCHEDULE (C)
TECHNICAL PARAMETERS FOR COMPLETE DIESEL GENERATOR SET
SL
NO
TECHNICAL
PARAMETERS
1.
Type of DG
set
Dimensions
of DG set
including
acoustics
enclosure
Total Weight
of DG set
Base Frame
2.
3.
4
5.
Type of
enclosure
6.
Noise level
7.
Smoke Level
8.
Earthing
9.
Inspection
10.
Testing of
DG set
INDENTER’S REQUIREMENT
COMPLIANCE /
CONFIRMATION
BY THE
TENDERER
Water Cooled, Silent, Self contained with
remote control panel.
To be furnished by the Tenderer
To be furnished by the Tenderer
Common MS channel fabricated, rigid, rust
proof and with suitable anti vibration pads
mounting
DG set shall be housed in an Acoustic
Enclosure consisting of Acoustic insulation,
Non inflammable, ventilation system, doors &
suitable for outdoor use requiring no building
or construction.
Complete DG set including engine should
be super silent type & should achieve a noise
level of 75 dBA at a distance of 1 mtr from
the set against reasonably quite background
and should meet the Pollution Board norms
for Environment protection at the time of
delivery of DG set
Harmful Gaseous emission shall be as low
as possible and should meet the Pollution
Board norms for Environment protection at
the time of delivery of DG set
The Earthing of the chassis of the
machine with 25 mm x 3 mm copper strips
will be done by the Tenderer in
accordance with provision of IS 3043 :
1987 with latest amendments The main
Earth pits
(4 nos) shall also be provided
outside the DG room by the tenderer for
this purpose. (2 for neutral, 2 for body /
chassis earth).Specified earth parts and type
of materials to be used as per drawing
enclosed.
The successful Tenderer will have to get
the Diesel generator sets inspected by a
person authorized by the Indenter in his
workshop / factory before dispatch
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. Load shall be arranged by
the supplier. Testing at site shall only be
done on water load.
14
SCHEDULE (D)
ENGINE AND ALTERNATOR CONTROL PANEL
SL
NO
INDENTER’S REQUIREMENT
1
Control panel for 415 V 3-phase, 50 Hz, 4 wire AC supply
should have the following features & accessories.
It should be mounted on the enclosure with hinged panel and
will be wired up as per standard practice & approved by CPRL
It should be fabricated out of CRCA sheet duly processed in 7
stages, dust proof, vermin proof & powder coated.
The Alternator panel is to be provided with necessary MCCB’s
/ contactors & adequate space for connecting outgoing &
incoming cables up to 120 sq mm 3 ½ core Al. conductor
armoured cables. The rating of MCCB’s / contactors / relays
will be suitable for 200 Amp with current setting 180 Amp and
rating of interconnecting copper cables shall be suitable for
taking at least 1.5 time the rated current. Under rated MCCB
shall not be accepted.
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) flash mounted Ac Voltmeter with selected switch f)
Flash mounted AC ammeter with selected switch having a
scale more than 20% above full load current; (g) KW meter, pf
meter; (h) MCCB of suitable rating (i) Instrument fuses (j) Low
oil pressure & high water temperature audio alarm (k) Priming
pump starter (l) Hour meter (l) RPM meter (Tachometer) (m)
KWH meter.
The panel shall comprise the following Indicators:
(a) Set ON (b) Load ON (c) AMF control (d) Low lubricating oil
pressure (e) Over speed (f) High enclosure temperature.
Protection for Generator :
(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.
The engine local control panel should have the following
features :
(a) Start /Stop push button with key for local starting
(b) Special switch 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.
(g) Protection against the following :
i) Engine over speed;
ii) Low lubricant oil pressure
iii) High cylinder head temperature
(f) One set of audio and visual alarm for above.
i
ii
iii
2.
3.
4.
5.
COMPLIANCE /
CONFIRMATION
BY THE
TENDERER
15
SCHEDULE (E)
REMOTE CONTROL PANEL:
SL
NO
1.
a.
b.
2.
3.
4.
5.
6.
INDENTER’S REQUIREMENT
COMPLIANCE /
CONFIRMATION
BY THE
TENDERER
The Diesel Generator will be provided with a remote control
panel. This control panel will be wired up as per
standard practice and approved by CPRI and shall be
installed at a remote location (in the Control Room). It
should be fabricated out of CRCA SHEET duly processed
in 7 stages, dust proof, Vermin proof & powder coated. The
panel shall comprise of following instruments &
indications.
Instruments : a) Start / Stop switch
Indications : a) Set ON b) Load ON
The Remote starting facility shall have following features:
a) Start / stop push button with key for Remote
starting.
b) Special switch on the Remote control panel providing
locking in any of the three positions :
1. Remote, 2. Local, 3. Off - No rotation at all.
Tenderer will supply and lay suitable multi-core conductor
cable(PVC insulated,PVC sheathed,Armoured cables) in
ground for remote operation and for visual indications
of parameters
Rates for supply of suitable control cables will be
submitted by the tenderer in per meter length
The cable box / panels to be supplied by the tenderer
will terminate all these cables.
The cables will be laid as per CPWD specification / ISI
code amended up to date
NOTE: Remote control panel should be installed in the Control Room of the station.
16
SECTION III
TECHNICAL SPECIFICATION FOR CANOPY FOR 82.5 KVA DG SET
(ACOUSTICALLY TREATED ENCLOSURE)
Sl.NO
1.
2.
3.
4.
5.
6.
7.
8.
9.
INDENTOR’S REQUIREMENT
COMPLIANCE /
CONFIRMATION
BY THE
TENDERER
The Diesel Generator will be provided with a suitable acoustic
enclosure. The self contained, weather proof acoustic
enclosure should be robust in design so that there is no
need of civil work to be carried out for installation of DG
set. Only high quality components and accessories should
be used in fabrication of enclosures such as locking
systems, neoprene bulb type gasket ting, 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 also be provided.
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.
Base frame shall be made of 5 mm thick sheet and bend
to special section for maximum rigidity.
Side wall shall be fabricated from 1.6mm CRC sheet and
filled with 100mm thick acoustic material having 96
gauge per cubic meter density which is then covered with
fiber cloth / tissue paper and finally with perforated MS
sheets.
The door 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 handle should be provided for easy access and
security.
Roof shall be 65mm thick made out of 2.5mm thick CRC
sheet welded to provide wrinkle free roof structure.
The DG chamber shall be fitted with internal lighting
system for ease of maintenance.
The exhaust pipe shall be covered with glass wool and
cladded with aluminium sheet to avoid heating of DG
chamber and to avoid excess heat in genset operational
area. Air inlet and outlet space shall be provided with
sound dampers.
Complete DG set with enclosure including engine should
achieve a noise level of 75 dBA at a distance of 3 mtrs
from this set against reasonably quiet background with
the enclosure.
17
18
SECTION IV
A.SCHEDULE OF REQUIREMENTS
SL.
NO
DESCRIPTION
1
Supply of 82.5 KVA Diesel Generator set, 415 V, 3
phase, 4 wire, 50 Hz as per AIR specifications
complete with accessories including remote
control panel, fuel tank (part of the chassis) and
QUANTIT
Y
Tenderer’s
compliance
1 No to
be
installed
at AIR,
Hyderabad
self contained weather proof acoustic enclosure on
ready to use basis.
2
Installation, Testing & Commissioning of the
One job
above DG set including transportation and
unloading at the site.
3
Supply & laying of 3 ½ core, 120 sq.mm
50 mtrs
aluminium cable from DG set to main LT panel of
the AIR Hyderabad .(Rate per mtr length to be
quoted)
4
Supply and laying of suitable multi core copper
50 mtrs
conductor, control cable in ground for remote
operation and for visual indication in control room
of the AIR Hyderabad. (Rate per mtr length to be
quoted)
5
Cu strips for earthing (Rate per mtr length to be
50 mtrs
quoted) from earth pit to DG Set
6
Providing earth pits with man hole covers outside
4 nos
the building for chassis and panel earthing. [as
per the enclosed drawing]
7
Dismantling of existing DG sets
8
Buyback of existing DG sets
1 job
lumpsum
OPTIONAL ITEMS
SL.
NO
1
DESCRIPTION
Spares required for operation of the DG Set for
2 years (list of spares to be enclosed)
QUANTIT
Y
Tenderer’s
compliance
Actual
requirem
ent
2
Standard tools including special tools required
for the maintenance and repair of Diesel
Generator [list of tools to be enclosed]
Actual
requirem
ent
19
LIST OF TOOLS
SL.NO
DESCRIPTION
QTY
1
Double end spanner 10-11, 12-13,
14-15, 16-17, 18-19, 20-22, 21-23,
24-26
1Each
2
Rings Spanners 16-17, 18-19, 21-23.
1 Each
3
Hammer Heavy Duty
1 No.
4
Cutting plier
1 No.
5
Screw Driver Heavy Duty
2 Nos.
6
adjustable spanner
1 No.
7
Line tester
1No.
COMPLIANCE/
CONFIRMATION BY
THE TENDERER
LIST OF SPARES
SL.NO
DESCRIPTION
QTY
1
Major Gasket
1 Set.
2
Joint Hoses.
2 Sets.
3
Set of “O” rings.
2 Sets.
4
Set of Copper Washers
2 Sets.
5
Pre Filter Element
8 Nos.
6
Micro Filter Element
8 Nos
7
L.O.Filter Element
8 Nos
8
V Belt
1 Set.
COMPLIANCE/
CONFIRMATION BY
THE TENDERER
20
A. DETAILS OF THE BUY-BACK ITEM:
SL.
NO
1
DESCRIPTION
QUANTITY
AIR, Hyderabad:
Details of Existing Old Set with Accessories:
Make: Ruston & Hornby
Model: 6YDA/670 AK
Capacity: 62.5 KVA
Year of Manufacturing: 1987
Working Condition: Satisfactory
01 set
B. PLACE & SITE CONDITIONS
Sl.
Particulars
No.
1
Maximum Ambient Temperature
2
Maximum Humidity & corresponding
Temperature
3
Relative Humidity
4
5
6
7
8
Altitude above Mean Sea Level in
meters
Temperature range
Size of opening of the main entrance of
DG room
The size of the existing Plat form in the
DG room
Size of DG room
45º C
74 % @ 29º C
Max:74 % in Aug
Min:37% in Apr
Avg:56.3%
518 mtrs
10º C to 45º C
4’11”x7’5”(WxH)
6’x11”x2’x2’4”(LxB)
15’9”x13’10”x11’9”(LxBxH)
21
PRICE BID
Prorata Break up Details of the Identifiable Items of Supply and ITC / ETC cost
(To Be Filled In By Tenderers)
No. ADG(E)(SZ)/PUR/82.5 KVA DG/356/2014-15/
Date: 13-08-2014
SITC of 82.5 kVA Diesel Generator for 1 Set at AIR, Hyderabad.
Tenderer’s Name ________________________
Due Date________________
Delivery Period___________________________
Tenderer’s Quotation No.:_______________________
Validity of Quotation:_______________________________________
Make & Model:--------------------------------------Sl.
No.
1
2
3
4
5
6
7
8
Description
Qty
Supply
of
82.5
kVA
Diesel
Generator set, 415 V,
3 phase, 4
wire,
50 Hz
as
per
AIR
Specification
complete
with
accessories
including
remote
control panel, fuel tank (part of the
chassis) and self contained weather
proof acoustic enclosure on ready to
use basis.
Installation,
Testing
&
Commissioning of the above DG
set including transportation and
unloading at site
Supply & laying of cables of 360 ½
core,
120 sq. mm aluminum
cable from DG set to main LT
panel of AIR. (NB : Rate per mtr
length to be quoted
1 No to
be
installed
at AIR
Supply and laying of suitable multi
core
copper
conductor,
control
cable
in ground
for
remote
operation and for visual indications
in control room of AIR, Hyderabad.
(NB : Rate per mtr length to be
quoted)
Cu strips for Earthing (NB : Rate
per mtr length to be quoted)
Providing Earth Pits with man hole
covers outside the building for
chassis and panel earthing
Dismantling of existing DG sets
Buyback of existing DG sets
Lu
Unit
Price
Taxes if any
Total Price
Hyderabad
One job
50Mtrs
50 mtrs
50 mtrs
4 Nos.
1 job
lumpsum
Total
Grand Total (1+2+3……………..+8)) in Rs.________________
(Both in words & figures)
22
OPTIONAL ITEMS
Sl.
No.
Description
1
spares required for operation of the
DG set for 2 years (list of spares to be
enclosed)
2 S Standard Tools including special tools
required for maintenance and repair
of Diesel Generator (list of tools to
be enclosed)
1.
Qty
Unit
Price
Taxes if any
Total Price
01 set
01 set
NOTE:Please indicate prorata break up details of all identifiable items of supply of
Stores and ITC/ETC cost in proforma as noted 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 Organization 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.
Signature of the Tenderer with seal.
Place:
Date:
23