0% found this document useful (0 votes)
18 views46 pages

Tender DG

Tender
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
18 views46 pages

Tender DG

Tender
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 46

BILL OF QUANTITIES

S.No ITEMS/ SCOPE Description Unit Qty Rate in Amount


Rs. in Rs.

1 Supply, installation, testing and No. 1


commissioning of 750 KVA DG set with CRDI
Diesel engine, complete with base frame, lube
oil systems, Radiator, required batteries,
electronic, Governor, instrumentation, 990
liters day service fuel tank in sound
attenuated enclosure as per CPCB norms, fuel
piping as required, residential type exhaust
silencers, alarms, engine control panel, utility
piping, Resist flex make anti vibration pads.
Alternators direct coupled to engine along
with static excitation system and AVR panel
all accessories complete as required and as
per specifications of respective manufacturer
standard and as per direction of Engineer-in-
charge and taking NOC/ Clearances for
various departments as applicable.

2 PCC type foundation with the ratio of No. 1


4:2:1.The length and breadth of the
foundation shall be 300 mm more from the
respective length and breadth of the DG set.
The height of the foundation shall be 650 mm
i.e. 200 mm below and 450 mm above the
ground level.

3 Earthing Pit (Chemical) with chemical


power , chamber cover etc. The complete
earthing system shall be in accordance
with IS 3043 with the following:-

3A Copper Pipe Chemical earthing electrode Nos. 2


size 40mm x3000mm with back filled
compound

1
Bidder’s Seal and Signature
3B GI Pipe Chemical earthing electrode size Nos. 3
80mm x3000mm with back filled
compound
4 Earthing Strip

4A Copper Earthing Strip 50x6mm mtrs 12

4A GI Earthing Strip 50x6mm mtrs 40

5 1100 volt grade XLPE insulated PVC sheathed mtrs 60


Aluminium conductor armoured cable with
end termination and fixing of bimetallic
crimping lugs, Single compression glands with
earthing testing and commissioning complete
in all respect as required as per site
conditions: 4 runs of 3.5 C X 240 Sq.mm (15
meters each run)

6 Control Cable : 12 C X 2.5 sq. mm mtrs 30

7 mtrs 18
Exhaust pipe with insulation , cladding , MS
Bends , Flanges , other accessories and
suitable MS support structure (one Lightning
arrester on top of structure)
8 Supply, installation, testing and No. 1 set
commissioning of AMF Panel complete as per
specifications of tender document and
direction of the EIC. LT CUM PLC BASED AMF
Panel suitable for 1 x 750KVA DG Sets (DG
WITH PC 3.3 OR EQV) AND TRANSFORMER
INCOMER TRF no.1, 1X1000KVA AND TRF 2
no.2,1X400KVA [THE PLC SHALL PERFORM
AMF AS OF NOW AND SHALL HAVE
CONTROLLER SUITABLE FOR AMF CUM
LOAD MANAGEMENT FOR 2 NUMBER
FUTURE DG SETS , VENDOR TO SELECT PLC
ACCORDINGLY ] Supply, Installation, Testing
and Commissioning of DG Set panel
Extendable type fabricated out of 2mm Sheet
steel, dust tight, vermin proof, totally enclosed
and fully interlocked, IP54 degree of

2
Bidder’s Seal and Signature
protection, cubicle type, floor mounting,
extensible on both sides, suitable for indoor
operation complete with DG controller based
Synchronizing or equivalent Module, PLC,
switches, plugs & sockets and all required
accessories, 8 windows annuciation panel,
hooters, selector switches , Control / Power
terminals for power / control cable
terminations , Bus Bar of Aluminium (E91 ) ,
internal copper control wiring, KW
Transducer,Power supply, Temperature
scanner, Push Button/ switches, earth
terminal, painting complete as required as per
specification & SLD enclosed with the
following equipped switchgears and
accessories.

8Ai DG Synchronizing PC3.3 module or EQV. The


controller considered should be suitable
for synchronization with any make of DG
purchased in future

8A ii Earth fault protection relay (CDG 11 ALSTOM


MAKE of Electro-mechanical / Electronics
type), . Alternator protections through Dg
controller PC 3.3/equivalent, having inbuilt
protection like - Under Voltage Relay, Over
Voltage Relay , Under Frequency Relay, Over
Frequency Relay, AmpSentry (Alternator
thermal protection) protection , Field
overload-shutdown ,Overcurrent
warning/shutdown ,Loss of sensing voltage
shutdown ,Short circuit protection, Reverse
power shutdown (32A) ,Reverse Var
shutdown (32R,.Breaker fail to close
Warning:,Breaker fail to open
warning:,Breaker position contact warning:
,Breaker tripped warning: ,Fail to disconnect
warning:,Fail to synchronize warning:,Phase
sequence sensing warning.Maximum parallel

3
Bidder’s Seal and Signature
time warning protection or All Above
Protecitons shall be given by using MICOM
346 of ALSTOM make relay for each DG SET .

8A iii Provision of auto load transfer, AMF circuit


including interlocking, auto start/stop of DG
set, transfer of power from mains and dg ,
interconnection of control cabling from
incoming Mains supply and DG supply control
panel, metering protections, transducer & PLC
(Compact logic of SIEMENS/SCHNEIDER or
equivalent) complete.

8A iv ON, OFF & TRIP & RYB phases LED indicating


lamp protected by MCB for all Incoming,
Outgoing Feeders & Bus couplers complete as
required.

8Av Provision of manual Synchronizing in future


complete with dual voltmeter, dual frequency
meter & check Synchronizing relay ,
Syncroscope, dark lamp Or inbuilt in
PC3.3/equivalent. Therefore above
components not applicable / not required.

8A vi Intelligent multi function digital meter to read


V,A,kVA, KW, kVAR, PF, Hz etc with
communication facility (RS485 port) LED
display -SCHNEIDER EM6400NG /EQV with
required Nos CTs, 2500/5A/15 VA, class 1.0
and control circuit wiring with 2 Amp MCB for
controlling for each Mains & DG incoming.

8 A vii Battery Charger Single Phase / 25 Amp / 24


Volt DC system of Max Power for each DG Set
suitable for charging of engine starting
battery with DC Ammeter & DC Voltmeter
having in-built trickle / boost facility and
interconnecting copper cabling etc complete
as required with following INCOMING DG

4
Bidder’s Seal and Signature
B INCOMER BREAKER DG 1X750KVA

1 1No Air Circuit Breaker, 1250Amps, 4 Pole,


Microprocessor release for O/C S/C E/F
releases Horizontal draw out type of
minimum fault breaking capacity 50KA
(Ics=lcu=Icw for 1.0 sec) Electrically Operated
drawout type (EDO), fitted with interlocked
door, automatic safety shutters, mechanical
ON / OFF and service/ test/ isolated position
indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended
up-to-date complete with Independent
Electrical & manual spring closing
mechanism, , Shunt trip coil 24V D.C , U/V
release -230V AC Breaker Control Switch -
25A, Test terminal block set, circuits as per
standard practice, auxiliary contactors with
contacts (minimum 4NO+4NC) for positive
interlocking of the breakers, necessary
interlocking with PLC auto controls with all
protection L&T /ABB Make

2 Phase indicating light protected by 2 amps


MCB’s. - 3 nos

3 Breaker ON / OFF / TRIP/ Trip circuit healthy


indicating lights with control MCB’s. - 1set

4 0-500V voltmeter with volt meter selector


switch and frequency meter including control
fuses.

5 1 no 630/5A, 5p10VA FOR EARTH FAULT


RELAY

6 3 nos.1250/5A, 15VA FOR METERING

7 Grid supply voltage sensing relay - 2


NUMBERS

5
Bidder’s Seal and Signature
8 Battery charger voltmeter of range 0-50V and

9 ammeter of range 0-50A for trickle and boost


charging

10 Exciter field DC voltmeter and ammeter

11 Three indicating lamps “load on set’, ‘Load on


Mains’ and “ Set fail to start’.

12 8 Window alarm annunicator panel with


hooter, push buttons, aux. Contactors etc as
required as per specification.

13 Battery charger as described in Specifications


and described below:

14 Earth fault relay (51G)

C INCOMER BREAKER MAINS 1X1000KVA

1 1No Air Circuit Breaker, 1600Amps, 4 Pole,


Microprocessor release for O/C S/C E/F
releases Horizontal draw out type of
minimum fault breaking capacity 50KA
(Ics=lcu=Icw for 1.0 sec) Electrically Operated
drawout type (EDO), fitted with interlocked
door, automatic safety shutters, mechanical
ON / OFF and service/ test/ isolated position
indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended
up-to-date complete with Independent
Electrical & manual spring closing
mechanism, , Shunt trip coil 24V D.C , U/V
release -230V AC Breaker Control Switch -
25A, Test terminal block set, circuits as per
standard practice, auxiliary contactors with
contacts (minimum 4NO+4NC) for positive
interlocking of the breakers, necessary
interlocking with PLC auto controls with all
protection L&T /ABB Make

6
Bidder’s Seal and Signature
2 Phase indicating light protected by 2 amps
MCB’s. - 3 nos

3 Breaker ON / OFF / TRIP/ Trip circuit healthy


indicating lights with control MCB’s. - 1set

4 0-500V voltmeter with volt meter selector


switch and frequency meter including control
fuses.

5 3 nos.1600/5A, 15VA FOR METERING

6 OVER VOLTAGE RELAY

7 UNDER VOLTAGE RELAY

D INCOMER BREAKER MAINS 1X400KVA

1 1No Air Circuit Breaker, 1000Amps, 4 Pole,


Microprocessor release for O/C S/C E/F
releases Horizontal draw out type of
minimum fault breaking capacity 50KA
(Ics=lcu=Icw for 1.0 sec) Electrically Operated
drawout type (EDO), fitted with interlocked
door, automatic safety shutters, mechanical
ON / OFF and service/ test/ isolated position
indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended
up-to-date complete with Independent
Electrical & manual spring closing
mechanism, , Shunt trip coil 24V D.C , U/V
release -230V AC Breaker Control Switch -
25A, Test terminal block set, circuits as per
standard practice, auxiliary contactors with
contacts (minimum 4NO+4NC) for positive
interlocking of the breakers, necessary
interlocking with PLC auto controls with all
protection L&T /ABB Make

2 Phase indicating light protected by 2 amps


MCB’s. - 3 nos

7
Bidder’s Seal and Signature
3 Breaker ON / OFF / TRIP/ Trip circuit healthy
indicating lights with control MCB’s. - 1set

4 0-500V voltmeter with volt meter selector


switch and frequency meter including control
fuses.

5 3 nos.1000/5A, 15VA FOR METERING

6 OVER VOLTAGE RELAY

7 UNDER VOLTAGE RELAY

E Bus Bars

3200 Amps Rating with Current density


0.8A/Sqmm . Aluminium bus bars with heat
shrinkable coloured sleeves and i/c DMC /
SMC bus bars supports at required intervals
complete for cross section, size supports &
their spacing etc. for withstanding fault level
of minimum 50kA capacity for one second
(1Sets)

F OUTGOING BREAKERS

i 1No Air Circuit Breaker, 1600Amps, 4 Pole,


Microprocessor release for O/C S/C E/F
releases Horizontal draw out type of
minimum fault breaking capacity 50KA
(Ics=lcu=Icw for 1.0 sec) Manually Operated
drawout type (MDO), fitted with interlocked
door, automatic safety shutters, mechanical
ON / OFF and service/ test/ isolated position
indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended
up-to-date complete with Independent with
all protection L&T /ABB Make

8
Bidder’s Seal and Signature
ii 1No Air Circuit Breaker, 1250Amps, 4 Pole,
Microprocessor release for O/C S/C E/F
releases Horizontal draw out type of
minimum fault breaking capacity 50KA
(Ics=lcu=Icw for 1.0 sec) Manually Operated
drawout type (MDO), fitted with interlocked
door, automatic safety shutters, mechanical
ON / OFF and service/ test/ isolated position
indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended
up-to-date complete with Independent with
all protection L&T /ABB Make

iii 1No Air Circuit Breaker, 800Amps, 4 Pole,


Microprocessor release for O/C S/C E/F
releases Horizontal draw out type of
minimum fault breaking capacity 50KA
(Ics=lcu=Icw for 1.0 sec) Manually Operated
drawout type (MDO), fitted with interlocked
door, automatic safety shutters, mechanical
ON / OFF and service/ test/ isolated position
indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended
up-to-date complete with Independent with
all protection L&T /ABB Make

9
Bidder’s Seal and Signature
G BUS COUPLER BREAKERS

1No Air Circuit Breaker, 1600Amps, 4 Pole,


Microprocessor release for O/C S/C E/F
releases Horizontal draw out type of
minimum fault breaking capacity 50KA
(Ics=lcu=Icw for 1.0 sec) Electrically Operated
drawout type (EDO), fitted with interlocked
door, automatic safety shutters, mechanical
ON / OFF and service/ test/ isolated position
indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended
up-to-date complete with Independent
Electrical & manual spring closing
mechanism, , Shunt trip coil 24V D.C , U/V
release -230V AC Breaker Control Switch -
25A, Test terminal block set, circuits as per
standard practice, auxiliary contactors with
contacts (minimum 4NO+4NC) for positive
interlocking of the breakers, necessary
interlocking with PLC auto controls with all
protection L&T /ABB Make

LOGIC OF OPERATION

1) Condition 1 : Initially the load shall be


taken by transformer 1x1000KVA and
1X400kva transformer which shall charge the
individual bus, bus coupler shall be in open
position .

2) Condition 2 : In case transformer fails same


shall be sensed via VMRT and dg set shall be
started , bus coupler shall be closed and dg
shall feed the whole bus .

3) Condition 3 : In case transformer are back


in line the dg shall be closed after cooling off
time

10
Bidder’s Seal and Signature
NOTE : The PLC shall currently run for amf
only . 2 more dg sets shall be added in future
which will synchronize with the existing
750KVA DG . The controller considered
should be suitable for synchronization
with any make of DG purchased in future.
Vendor shall select plc for upgradation for
amf cum load management of total 3 dg sets
in future

** Note The protection/relay etc. already


provided in the DG controller itself shall
not be repeated/provided in the AMF
panel

Total

GST

"A" Grand Total

"B" Description Unit Qty Rate Amount

Dismantling of old 250 KVA DG with AMF Each 1


Panel and Buy Back

Net Amount after subtracting the cost of old


DG “A”-“B”
Rs._____________________________

Net Amount In words:

11
Bidder’s Seal and Signature
Indian Institute of Public Administration

Indraprastha Estate, Ring Road, New Delhi


Delhi-110002.
110002.

Invites tender for


FOR

Supply, Installation, Testing and Commissioning of


silent type D.G. Set (750 KVA) with AMF (Auto
Mains Failure) Panel and with Acoustic and buy
back of old (250 KVA) DG Set with AMF Panel

1
Bidder’s Seal and Signature
INDEX

S.No. Details Page No.

1 Notice inviting tender 4

2 Information and instructions for tenderers 6

3 Declaration form 8

4 Warranty form 9

5 General conditions of the contract 10

6 Special conditions of contract 24

7 Criteria for Technical & Financial qualifications 25

8 Bill of quantities 27

(Ashok Sharma)
Electrical Supervisor

2
Bidder’s Seal and Signature
PART-1 (TECHNICAL BID)

3
Bidder’s Seal and Signature
Indian Institute of Public Administration
Indraprastha Estate, Ring Road, New Delhi-110002

Ref. No: J-2014/2/2021-MAINT Dated: 08/07/2021

NOTICE INVITING TENDER

Indian Institute of Public Administration New Delhi invites sealed tender for SITC of DG set
works from original Equipment manufacturer (O.E.M.) along with buy back of old DG set with
AMF Panel.

Name of Work: SITC of silent type D.G. Set (750 KVA) with AMF (Auto Mains Failure) Panel and
with Acoustic Enclosure and buy back of old (250 KVA) DG Set with AMF Panel presently in
working condition after dismantling the same.

Earnest Money Deposit Rs. 2,00,000/- (Exempted for firm registered


with MSME +NSIC).
Time Period 3 months
Cost of Tender Document Nil.
Last date for submission of tender document 23/07/2021 up to 3.00 PM
Date of Opening of Technical Bid 26/07/2021 at 11 A.M.

 Separate envelope(s) should be superscribed as “EMD”, “Technical Bid” and “Price Bid”.
 Tender document may be downloaded from IIPA website from 08/07/2021.
 Tender without requisite EMD shall be rejected.
 The date of opening of Price Bid will be intimated to the qualified agencies separately if
not opened on the same day.
 Please submit the documents as specified in the Tender
 A pre-bid meeting will be held at IIPA at 11.00 am on 14/07/ 2021 with the prospective
bidders, to clarify any issues pertaining to the tender and to inspect the site of installation of
the DG. The bidders are advised to thoroughly read the tender document before being present
for the pre-bid meeting.

(Ashok Sharma)
Electrical Supervisor

4
Bidder’s Seal and Signature
INDIAN INSTITUTE OF PUBLIC ADMINISTRATION

INDRAPRASTHA ESTATE, RING ROAD, NEW DELHI-110002.

Ref. No: J-2014/2/2021-MAINT Dated:0 8 / 0 7 / 2 0 2 1

TENDER NOTICE

Sealed offers are invited by 23/07/2021 up to 3.00 PM for and on behalf of Director
General, IIPA for SITC of silent type D.G. Set (750 KVA) with AMF (Auto Mains Failure )
Panel and with Acoustic Enclosure and buy back of old (250 KVA) DG Set with AMF Panel
presently in working condition, after dismantling the same. Tender document can be
downloaded from IIPA website from 08/07/2021.

Corrigendum/Addendum if any would be to this NIT would be loaded in our website


after pre-bid meeting. However, the IIPA reserves the right to cancel the tender without
assigning any reason thereof.

(Ashok Sharma)
Electrical Supervisor

5
Bidder’s Seal and Signature
INFORMATION AND INSTRUCTIONS FOR TENDERERS :

1. The details of work to be carried out and its scope is given in the “Notice Inviting
Tender” which also indicate a brief description of the project where work is to be
executed. The tenderers are advised to study the same carefully before tendering and
they shall be deemed to have fully acquainted themselves with the same.

2. The tenderers, in their own interest, are also advised to inspect and examine the site
and its surroundings and satisfy themselves, before submitting their tenders, in
respect of the site conditions including, but not restricting to, the following which
may influence or effect the work or cost thereof under the contract.

a) Site conditions including access to the site, existing and other means of
transport/communication for use by him in connection with the work.

b) All other information pertaining to and needed for the work including information as
to the risks, contingencies and other circumstances which may influence or affect the
work or the cost hereof under this contract.

3. The offer should be valid for 75 (seventy-five) days from the date of opening of the tender.

4. The tender should be submitted in the prescribed form and the same should be
signed properly as laid down hereunder :-

a) If the tender is submitted by an individual, it shall be signed by the proprietor above


his full name and full name of his firm with its current business address, subject to
verification as required.

b) If the tender is submitted by a firm in partnership, it shall be signed by all the partners
of the firm above their full name and current business addresses, or by a partner
holding the power of attorney of the firm or the person authorized to sign the specific
tender authorized by any of the partner. A copy of the partnership deed and
authorization letter for person signing the tender must be enclosed with the bid.

c) If the tender is submitted by a limited company or a limited Corporation, it shall be


signed by a duly authorized person holding the power of attorney for signing the
tender in which case a certified copy of the power of attorney shall accompany the
tender. Such limited company or corporation may be required to furnish satisfactory
evidence of its existence.

5. a) If during the tender validity period, the tenderer withdraws his tender, the
earnest money deposit shall be forfeited.

(b) The earnest money deposit will be returned to the unsuccessful tenderers after
expiryof validity period or on finalization of tender whichever is earlier.

6. The rates shall be written both in words and in figures. Tenderer shall also show the
total of each item, the total of each schedule and the grand total of the whole contract,
corrections, if any, shall be made by crossing out, initialing, dating and rewriting. In

6
Bidder’s Seal and Signature
case of conflict between the figures and words in the rates, the later shall prevail.

7. IIPA shall have the right of rejecting all or any of the tenders without any notice and
also will not be bound to accept the lowest or any other tender and the IIPA’s decision
in this regard shall be final and binding on all tenderers.

8. Tenders will be opened in the presence of tenderers who may be present at the time
of opening of tender. IIPA’s Officers will open the tender of the absentee tenderer,
prepares a statement of the attested and unattested corrections in the tender over
their signatures. Such a list shall then be binding on the absentee tenderer.

9. The tenderers shall not be entitled during the period of validity of their offers, to
revoke or withdraw their tenders or vary any terms in regard thereof without the
consent of the IIPA. in writing. tenderer shall get his earnest money paid alongwith
the tender forfeited for any violation of this clause.

10. If the tenderer fails to commence the work given in the scope of work within 3 weeks
from the date of issue of written order to commence the work, IIPA shall have a right
to forfeit the earnest money deposited by the tenderer absolutely without prejudice
to other rights and remedies available with IIPA.

11. The “Notice Inviting Tender” and this “Information and Instructions for Tenderer”
shall form part of the Tender Documents.

12. Any addendum/corrigendum issued before the date of opening of tender will form
part of tender documents.

13. Intending tenderers should visit the site, satisfy themselves regarding the site
conditions, location of site, access roads to the site and collect all relevant information
required before tendering for the work, tenderer shall be deemed to have full
knowledge of the site, specifications and no excuse as regard to want of information
or clarification shall be considered after the tender has been received.

14. Complete tender document duly signed and stamped should be submitted by bidder
before the due date of tender submission. There should be Three separate envelopes for
EMD, Technical bid and Financial Bid. All the envelopes should be submitted in a single
envelope marked as “EMD-Techno-Commercial Bid” for “Name of Work” and other details.

(Ashok Sharma)
Electrical Supervisor

7
Bidder’s Seal and Signature
DECLARATION

To,

Indian Institute of Public Administration


Indraprastha Estate, Ring Road,
New Delhi - 110002

Dear Sir,

I/We have read and examined the following tender documents relating to the work of SITC of silent type
D.G. Set (750 KVA) with AMF (Auto Mains Failure ) Panel and with Acoustic Enclosure and buy back of
old (250 KVA) DG set with AMF Panel after dismantling the same at IIPA, New Delhi.
1. Notice inviting tender
2. Information & instructions for tenderers
3. Declaration form & warranty form
4. General conditions of contract
5. Special conditions of contract
6. Criteria for technical and financial qualification
7. Bill of Quantities

I/We hereby, tender for the works referred to the documents mentioned above upon the terms and
conditions contained or referred to in the aforesaid documents and in accordance with the details
given therein and at the rates contained in Bill of Quantities within the period(s) of completion as
given in Notice Inviting Tenders and subject to such terms and conditions as stipulated.

I/We agree to keep this tender open for acceptance for 75 days from the date of opening thereof and
also agree not to make any modifications in its terms and conditions of our own accord.

A sum of “Rs. 2,00,000/-“ is hereby forwarded in form of Demand draft “ OR “MSME registration
certificate alongwith NSIC registration certificate for exemption to deposit EMD.

I/We agree if I/We fail to keep the validity of tender open, as aforesaid, or make any modification in
the terms and conditions of my/our tender of our own accord and/or after the acceptance of our
tender if I/We fail to commence the work within the stipulated time, as provided in the document
referred to in paragraph 1 above, I/We shall become liable for forfeiture of my/our earnest money, as
aforesaid, and IIPA shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Should this tender be accepted, I/We agree to abide by and fulfill all the
terms and conditions and provisions of the above mentioned tender documents.

I/We certify that the tender submitted by me/is strictly in accordance with the terms,
conditions, specifications, etc. as contained in your tender documents, referred to in paragraph
above, and it is further certified that it does not contain any deviations to the aforesaid document.
Witness
Signature in the capacity of:

Duly authorized to sign the tender


On behalf of the (in block letter)
Date

8
Bidder’s Seal and Signature
WARRANTY FORM

M/s. ________________________________ (O.E.M.) having its registered office at


__________________________________(hereinafter
referred to as the Contractor) having carefully studied all the documents, specifications,
drawings etc. pertaining to the contract for work of SITC of silent type D.G. Set (750 KVA)
with AMF (Auto Mains Failure ) Panel and with Acoustic Enclosure and buy back of old
(250 KVA) DG set with AMF panel after dismantling the same, at IIPA New Delhi.

DO HEREBY WARRANTY THAT

1. The Contractor is familiar with all the requirements of the contract.


2. The Contractor has investigated the site and satisfied himself regarding the character of
the work and local conditions that may affect the work or its performance.
3. The Contractor is satisfied that the work can be performed and completed as required in
the contract.
4. The Contractor has had no collusion with other contract.
5. The Contractor has had no collusion with other contractors, with any of the men of the
Engineer- in-charge or with any other person in Department execute the said works
according to the terms and conditions of the contract.
6. The Contractor has not been influenced by any statement or promise of the Department
of Engineer-in-charge but only the contract, documents.
7. The Contractor is financially solvent.
8. The Contractor is experienced and competent to perform the contract to the satisfaction
of the Engineer-in-charge.
9. The statement submitted by the Contractor is true.
10. The Contractor is familiar with all general and special laws, acts, ordinance, rules and
regulations of the municipalities, district, state and central govt. that may affect the work,
its performance or personnel employed therein.
11. The contractor/vendor is not associated with IIPA staff in any formal & informal
relations.

Dated For & behalf of the O.E.M.

9
Bidder’s Seal and Signature
General Terms and Conditions for SITC of silent type D.G. Set (750 KVA) with AMF (Auto Mains
Failure) Panel and with Acoustic Enclosure and buy back of old (250 KVA ) DG Set with AMF
Panel after dismantling.

1. GENERAL

These conditions related to the supply, delivery, installation, testing and commissioning of
new DG Set and buy back of old 250 KV for IIPA, New Delhi.

2. SCOPE

The scope under this contract includes supply and delivery, installation, testing and
commissioning of the equipment listed in the specification, clearances as required for SITC
and running of new DG as required from various Departments accompanied with these
conditions in accordance with the requirements laid down in the specifications and relevant
Indian Standards and buy back of old DG set with AMF panel presently in working condition
after dismantling of the old DG set

3. PRICE

The price should be quoted at FOR destination and shall include all packing, freight, handling
and all other charges for delivering the equipment at the above site including all taxes and
duties applicable at the time of supply installation, testing and commissioning, load trial and
handing over to the owner.

4. a) DELIVERY SCHEDULE

The SITC shall be completed within 3 months from issuance of order

b) PLACE OF DELIVERY

The DG set shall be installed at IIPA, New Delhi at the place where the old DG set is
installed or any adjacent location. The contractor should acquaint himself above the
place of delivery before quoting offer.

5. INSPECTION

Inspection of equipment shall be carried out at manufacturer’s work in the presence


of the representative of IIPA’s if required by IIPA.

6. DEFECT LIABILITY PERIOD

The contractor shall guarantee the equipment against all defects of materials and
workmanship for a period of 24 months from the date of commissioning of the
equipment, as certified by the Engineer-in-charge. Any defects arising during the
Guarantee period shall be rectified and made good by the contractor at his own
expenses to the satisfaction of the EIC.

10
Bidder’s Seal and Signature
7. PAYMENT TERMS

i) 80% of the total cost of DG set shall be released to the contractor at the time of
supply 10% after installation and 5% after commissioning at site.
ii) Balance 5% of the total cost shall only be released 2 y e a r s after successful
testing and commissioning of the DG set or against Bank Guarantee. The Bank
Guarantee shall be released after liability period e.i. 2 years.

8. WARRANTEE / GUARANTEE

24 months from the date of commissioning of the equipment.

9. TRAINING OF OWNER`S PERSONNEL

The contractor shall train Owner’s Personnel to become proficient in operating the
equipment installed. Training shall be done during the Installation and
Commissioning/ as required by IIPA .

The period of training shall be adequate and mutually agreed upon by IIPA and
Contractor.

Nothing extra shall be paid to the contractor for training Owner’s Personnel.

10. COMPENSATION FOR DELAY (LIQUIDATED DAMAGES)

If the contractor fails to maintain the required progress in terms of clauses or to


complete thework and clear the site on or before the contract or extended date period
of completion, he shall, without prejudice to any other right or remedy of IIPA on
account of such breach, pay as agreed compensation amount calculated as stipulated
below or such smaller amount as be fixed by the authority on the contract value of the
work of every week that the progress incomplete. This will also apply to items or
group of items for which separate period of completion has been specified. For this
purpose the term ‘Contract Value’ shall be the value at contract rates of the work as
ordered. The Liquidated Damages and penalty shall be @ 0.5% (half percent) of the
cost of every incomplete work per week of delay subject to a maximum of 5% of the
total cost. The amount of compensation/ liquidity damage may be adjusted or set-off
against any sum payable to the contractor under this or any other contract with IIPA.

11
Bidder’s Seal and Signature
TECHNICAL SPECIFICATION ALONGWITH SCOPE

 750 KVA Diesel Generator.


 Sound proof, weather proof enclosure.
 Small footprint while meeting the performance & CPCB II Norms
 Confirms to noise level norms declared by CPCB.
 The Enclosure is of modular construction with the provision to assemble and
dismantle easily.
 The Enclosure is fabricated in 16 SWG-CRCA- sheet.
 The sheet metal components are seven tank pretreated and is Polyster based powder
coated (inside as well as outside) for long life.
 All nuts-bolts, hardware are of stainless steel.
 Battery is provided inside the Enclosure.
 Doors are gasketed with high quality EPDN gaskets to avoid leakage of sound.
 Sound proofing of enclosure is done with high quality rock wool of suitable thickness
and density.
 A special Residential grade silences is provided to control exhaust noise.
 Specially designed sound attenuators are provided to control sound at air entry & exit
points inside the enclosure.
 To make the system vibration free, engine and alternator are mounted on specially
designed anti-vibration pads mounted on Base frame.
 The enclosure is designed and layout of the equipment is such that there is easy access
to serviceable parts.
 Adequate ventilation is provided to meet air requirement for combustion & heat
removal.
 Arrangement of illumination inside the closure.
 The Silent DG set has the following safeties:
o High water temperature.
o Low lub oil pressure.
o High enclosure temperature.
o Emergency stop push button outside the Enclosure.

 Engine/ Alternator used for maximum silent DG set carries a warranty for their
respective model.
 Noise level is <75 dB(A) at distance of 1mtr. In open free field environment as per ISO
8528 part 10.

System Conditions. The DG set shall be designed to be operated under following system
parameters:-

(a) System Voltage - 415 V


(b) Number of Phases - 3 Ph.
(c) Frequency - 50 Hz.
(d) Neutral Point - Solidly Earthed.
(e) Power Factor - Maximum 0.8 lagging.
(f) Overload Capacity - 10 % for one hour, every 12 hours.

12
Bidder’s Seal and Signature
DIESEL ENGINE:

Diesel Engine, 12 cylinders, 4 stroke cycle, Turbo Charger, after cooled, developing minimum
898 BHP at 1500 RPM under NTP conditions of BS:5514. The engine shall be provided with
24 V electrical starting arrangement & shall give the electrical output of 750KVA/600KW at
0.8 power factor, 415 V at the alternator terminal. Only CRDI type Engine is acceptable and
engine should be able to bear 10% overload for one hour in any 12 hours duration and be in
accordance with ISO 3046.

Other accessories of the engine should be as under:

COOLING SYSTEM

o Radiator Cooled
o Engine mounted Water pump
o Thermostats
o Corrosion Inhibitor(if applicable)
o Self contained piping

FUEL SYSTEM

o Fuel pump
o Injectors
o Fuel filters – Paper element type
o Self contained piping

LUBRICATING SYSTEM

o Oil pump
o Strainer
o Lub oil cooler
o Oil filter – Paper element type
o Self contained piping

AIR INTAKE SYSTEM

o Dry type Paper Element filters


o Air intake manifold with necessary connections
o Turbo charged after cooled
o Restriction Indicator

EXHAUST SYSTEM

o Exhaust manifold
o Connections suitably optimized to reduce noise.
o Silencers –Residential grade

GOVERNING SYSTEM

- Electronic Digital Governor :The engine shall be fitted with an Electric Governor suitable
for class A1 as per IS 10000 / BS 5514. The governor is to be directly mounted on the
engine to enable the speed variation from idling speed to the maximum load speed and
fitted with speed control facilities

13
Bidder’s Seal and Signature
STARTING SYSTEM

o Starter, 24V, DC,


o Battery Charging Alternator
o With in-built Regulator

SAFTY SYSTEM (Engine Protection – Trip)

o Low lub oil pressure


o High water temperature
o Over speed

OTHER SYSTEM

o Flywheel
o Flywheel housing

MICROPROCESSOR BASED CONTROLLER

The micro processor based controller for monitoring, metering, protection and control
system and with advanced levels of functions for reliability and optimum genset performance.
An extensive array of integrated standard control and digital display features eliminate the
need for discrete component devices such as the voltage regulator, governor control and
protective relays.

The microprocessor contained within the module shall allows for incorporation of a range of
complex features like :
- Text based LCD display
- True RMS Voltage
- Current and Power monitoring
- USB Communications
- Engine parameter monitoring.
- Fully configurable inputs for use as alarms or a range of different functions.
- Engine ECU interface to electronic engines.
- Data Logging

ALTERNATOR:
Manufacturer : Preferred of same make as specified for engine
Output : 750 KVA
Power factor : 0.8
Rated Generating Voltage : 415 Volts
Voltage regulation : +/-1% all load between no load to full load & factor 0.8 to
unity
Frequency : 50Hz
Speed : 1500RPM
Class of insulation : H
Winding connection : Star connection (all six leads will be brought out of stator
frame)
Bearings : Single Bearing
Enclosures : Drip proof & screen protected IP-23
14
Bidder’s Seal and Signature
Type test report of Alternator must be enclosed with the Bid by Tenderer

The alternator shall be brushless type, drip proof, screen protected, self-exciting, self-regulating
type and shall comply with the relevant requirements of specification IEC 60034 or an
equivalent Indian standard. The alternator shall be rated for IP-23 protection. The insulation of
the winding shall be class H. The insulation shall be suitably impregnated to withstand the site
ambient conditions and conform to IS:4722/IS-13364. The alternator should be self-cooling
type and shall be complete with all necessary cooling fans, excitation and voltage regulating
equipment. Other aspects essential in the Alternator are:-

(a) Voltage Regulation. The alternator shall be capable of maintaining its continuous
maximum rated output when operating within +/- 1% of rated voltage and at rated power
factor.

(b) Overload Capability. The alternator shall be designed for operation of 10% engine
overload at any power factor between unity and rated power factor for a maximum period
of one hour in any 12 hour period.

(c) Terminal Box. Terminal Box – Six (06) output terminals to be provided in Alternator
Terminal Box. The Generator Terminal Box to be suitable to house necessary cables and
should be of non-magnetic material.

(d) Enclosure for Accessories. - All accessories to be enclosed in an enclosure to make it


work silently.

(e) Earth Fault Protection.- The Alternator to be provided with Earth Fault Protection

ESSENTIAL ACCESSORIES:

One set of essential accessories shall be supplied with each D.G. Set. This set of accessories
shall comprise of the following.

BASE FRAME:

One no. MS Fabricated Base Frame with lifting facility, suitable to receive the offered engine
and alternator duly coupled through a closed coupling.

FUEL TANK:

One no. Daily fuel tank of 990 LITRES capacity for each DG set made out of minimum 1.6 mm
thick MS sheet complete with standard accessories and fuel piping between fuel tank and
diesel engine with pipes of suitable dia complete with valves, level indications and
accessories as required as per specifications.

15
Bidder’s Seal and Signature
BATTERIES:

For electrical control circuit of 24 volt DC, 2 Nos. batteries of 12 volts 180 Ah each with
battery leads for electrical starting of each DG Set.

SOUND ATTENUATED SYSTEM (THICKNESS OF SHEET – 16 G)

High class sheet metal fabricated enclosure for reducing the noise level of DG set & also acts as
a weather proof housing. Genset will be a integral part of acoustic enclosure and whole
construction will be on multi-fold sheet channels. Enclosure construction is fully bolted
keeping in view the major service requirements all doors are provided with specially
designed hinges and lockable handles. Battery, Fuel tank is housed inside the enclosure.

ACOUSTIC MATERIALS

Rock wool in the form of slabs of 50 mm + 50 MM(Canopy) thickness and 64 KG/Metric cube
density(Specification ofRock wool conforms to IS 8183).

VENTILATION

Acoustic enclosure is designed in such a way that there are no hot pockets around engine
and it is provided with suitable designed engine radiator which does not allow the
temperature to rise morethan 7 degree Celsius above ambient temperature.

To achieve optimal output and minimum sound level from the DG set, suitable openings with
acoustic hoods are provide for increasing the inflow of air required for combustion & forced
ventilation. Air intake system as per the recommendations and engine requirement are
provided.

The sound control system designed to suppress the sound level to <75 db maximum at 1
metres distance in open free field environment as per ISO 8528 part 10.

SILENCER

Specially designed Residential silencer is to be provided. Silencer & engine exhaust outlet
Connected with flexible SS below. Exhaust piping should be M.S. with Aluminium cladding
properly clamped and supported on wall /M.S. Structure.

VIBRATION ISOLATION

To avoid transfer of vibration from genset to enclosure & surrounding specially designed
vibrationisolators are used.
AVM Pads as per engine manufacturer standard are also acceptable

16
Bidder’s Seal and Signature
CONTROL PANEL (AMF PANEL) FOR DG SET :

As mentioned in Schedule of items


Engine metering :

- Engine Speed
- Oil Pressure
- Coolant Temperature
- Engine Battery Volts
- Engine Run Time
- Engine Fuel Level (in percentage)
- Engine Maintenance Alarm

Generator metering:
- Generator Voltage (ph-N)
- Generator Voltage (ph-ph)
- Generator Frequency
- Generator Current (A)
- Generator Load ph-N (kW)
- Generator Total Load (kW)
- Generator Load ph-N (kVA)
- Generator Total Load (kVA)
- Generator Single Phase Power Factors
- Generator Power Factor Average
- Generator Load ph-N (kvar)
- Generator Total Load (kvar)
- Generator Accumulated Load (kWh, kVAh, kvarh)
- Generator Loading Scheme
- Generator Phase Rotation
- Generator Nominal
- Generator Active Configuration

a. Following minimum Protections/Warnings shall be provided :


- Charge Alt Failure,
- Coolant Temp High,
- DC Battery high Voltage,
- DC Battery low voltage,
- Engine Overspeed,
- Engine Overspeed delayed,
- Engine underspeed,
- Fuel Level low,
- Fuel level low switch,
- Gen over current,
- Gen over frequency,
17
Bidder’s Seal and Signature
- Gen over voltage,
- Gen reverse power,
- Gen short circuit,
- Gen under frequency,
- Gen under voltage
- KW Overload,
- Low coolant warning,
- Maintenance due,
- Negative kvar,
- Negative phase sequence,
- Oil pressure low,
- High water temperature,
- Emergency stop

PACKING

The materials shall be property packed before dispatch to avoid damage during transport,
storage and handling.

Proper arrangement shall be provided to handle the equipment.

INSPECTION , INSTALLATION ,ERECTION, TESTING AND COMMISSIONING

(a) Inspection :

IIPA reserve the right to carry out the inspection of DG Set at manufacturer works.
Supplier shall do all the arrangements accordingly.

INSTALLATION , TESTING AND COMMISSIONING :

a- PCC Foundation :The Contractor shall provide PCC type foundation with the ratio
of 4:2:1.The length and breadth of the foundation shall be 300 mm more from the
respective length and breadth of the DG set. The height of the foundation shall be
650 mm i.e. 200 mm below and 450 mm above the ground level.
b- Earthing :The generator set, control panel, as well as the neutral of the generator
shall be effectively earthed.The Contractor shall provide 4 Nos. Earthing Pits
(Chemical) with chemical powder , chamber cover etc along with total 24 mtrs of GI
Strip/as required as per site condition (6 mtr. with each Pit/as required as per site
condition)
c- Cabling :Power cabling upto 40 mtrs distance/as required shall be done by the
contractor. Necessary aluminium power cable of suitable cable glands, cable end
lugs, PVC numbering ferrules, tapes etc. shall be supplied and installed by the
contractor.

18
Bidder’s Seal and Signature
d- Exhaust Piping : Emission of the exhaust gas should be in accordance with the
norms of CPCB-II. Exhaust pipe as required as per norms above nearest building
should be provided with DG Set . The supporting structure for exhaust pipe shall be
provided by the firm. Exhaust gas pipe of suitable size shall be provided for DG Set
so as to discharge the exhaust gas. The material of construction for interconnecting
pipes, pipe fittings, exhaust pipes, bolts and nuts along with support structure shall
be as per relevant standards and suitable to withstand the temperature of the
gas/liquid within the pipes and the environmental conditions. Exhaust pipes shall
be cladded with rockwool insulation for 50mm thickness and covered with
aluminum sheet

19
Bidder’s Seal and Signature
(a) Testing and Commissioning :

The Contractor shall carry out erection, testing and commissioning of the diesel generator set
with Standard Control Panel. The DG set shall be installed on AVM pads. The complete work
shall be carried out as per manufacturer’s manuals, drawings etc.
The Diesel Generator set shall run at maximum available load up to the rated load as per
prevailed ambient condition at site for minimum 2 hours. During this test, operation of all safety
devices and overall operation of electrical system are to be tested at site. This test will be
witnessed by the Representative of the Contractor/Supplier.
The contractor will provide free of cost all consumable items like diesel, mobile oil, grease,
water, electricity, cotton waste etc. for testing the DG set.

OTHER SPECIFIC TERMS

1. Warranty : 24 months from date of commissioning.


2. Engine and Alternator must be of same make.
3. Panel and Acoustic Enclosure make must be of same manufacturer.
4. Design of Acoustic Enclosure must be as per Engine Manufacturer's design only.
5. SFC should not be more than 196.57 gm/kw-hr.
6. Shelf life of the DG Set should be 15 years.
7. Any type of statutory approval required for installation, commissioning and running of DG will
be in the scope of the Contractor.
8. Any type of Civil or electrical work not given in specifications is necessary for SITC DG and is not
included elsewhere in the document shall deemed to be in the scope of the contractor.

20
Bidder’s Seal and Signature
DATA SHEET
Diesel Generator

1.0 ENGINE

1.1 Rating
i. Minimum Engine rating Matching
ii. Altitude (m) Less than 1000 m above mean sea level
iii. Air humidity 30% min. 95% max.
iv. Air temperature (*C) Average 40 deg C
v. Duty Prime Continuous rating duty at specified
ambient airTemperature of 40 º C

1.2 Overload capacity for one hour 10% over the continuous rating. In 12w hours
of continuous running.

1.3 Governor Electronic Type

1.4 Starting
i. Method Electric
ii. No. of auto starts 3 (three)
iii. Selectivity Auto/Manual/Test

1.5 Cooling system


i) Radiator Yes

1.6 Exhaust system


i) Silencer 2 Nos. as required for Residential duty
ii) Flexible connection 1 No. for each exhaust pipe near the engine
iii) Fuel level indicator (low) Audible as well as visual alarm
iv) Oil pressure gauge Yes

1.7 Sundry fittings


i. Vibration mounts Yes, AVM Pads shall be provided

2.0 ALTERNATOR

2.1 Rating at 40 Degree C


(Ambient air temp.) 750 KVA (600 KW)

Emergency duty 10% over load for 1 hour in 12 hours

2.2 Minimum efficiency % 94.00 % @ 100% load

2.3 Excitation system Brush less self excited

2.4 Over speed 1.2 times rated speed for 2 min

2.5 Terminal box Suitable for cables as specified


3.0 FUEL OIL FACILITY
21
Bidder’s Seal and Signature
3.1 Day tank (14/16 SWG l) 990 liters complete with over flow, drain, filter
etc. within enclosure

4.0 Acoustic enclosure cooling Radiator cooled

5.0 Battery Charger

i) Type : SMPS based


ii) Charging System : Automatic float and boost charging
iii) Input voltage : 230V 1 phase, 50 Hz. Or
415V , 3 phase, 50 Hz.

iv) Capacity : Adequate to restore discharged battery


in 12 hours.

Notes- Deviation if any, from the data sheet shall be specifically brought out by the tenderer.

22
Bidder’s Seal and Signature
LIST OF APPROVED MAKES

Item no. Details of materials Manufacturer’s name

1. Diesel engine Cummins/Kirloskar Oil Engines Limited/


Greaves Cotton

2. Alternator Cummins /Kirloskar Oil Engines Limited/


Greaves Cotton

3. Make of Contractor Kirloskar, L&T/Siemens/Andrew Yule or


equivalent.

4. Make of Meter AE/IMP or equivalent

5. Make of HRC Fuses L&T/Standard/EE or equivalent

6. Battery Amron /Exide/ equivalent

7. Controller Should be of engine manufacture make

8. Battery Charger Should be of engine manufacture make

9. Complete AMF Panel DG Set manufacturer make

23
Bidder’s Seal and Signature
SPECIAL CONDITIONS OF CONTRACT

1. The bill of quantities are as per the detail enclosed with this tender documents.

2. Price variation:

Quantities given in the tender document may increase or decrease. No extra payment
shall be made for variation in quantities, whatever may to the percentage of increase
or decrease in the quantities of any item.

3. Mobilization advance:

No mobilization advance will be paid.

4. Taxes, duties, levies etc.:

The contractor shall be responsible for the payment of all taxes, duties, levies, octroi
etc. all materials articles that may be used in this work. Any increase in the aforesaid
taxes, duties and levies etc. that may arise during the currency of the contract shall not
be paid to the contractor by IIPA.

5. All the materials to be incorporated in the works under this contract must be of
reputed makes and /or as approved by the Engineer-in-charge and as given in
approved makes list.

6. Payment Terms :

80% of the total cost of DG set shall be released to the contractor at the time of supply
10% after installation 5% after commissioning at site. Balance 5% of the total cost
shall only be released 2 y e a r s after successful testing and commissioning of the
DG set or against Performance Bank Guarantee (PBG). The Bank Guarantee shall be
released after liability period e.i 2 years.

Payment for exhaust pipe with support, Control cable and power cable etc. shall be
made on actual measurement basis.

7. Delivery :

Entire work shall be completed with 3 months from date of release of work Order

8. Contractor shall be responsible for any damage to the equipment, machinery or


system on account of negligence/ fault of the contractor’s authorized staff and the
same will have to be made good at his risk and cost.

9. The operating staff will maintain daily log book and get it duly verified from the
Engineer-in-Charge or any person authorized by Registrar IIPA.

24
Bidder’s Seal and Signature
CRITERIA FOR TECHNICAL & FINANCIAL
QUALIFICATIONS:-

1. The yearly turnover of the agency should not be less than Rupees 20 Crores during
the last three years ending 31st March of the previous year. Copy of balance sheet
needs to be enclosed.
2. The agency who has earlier worked with govt. department/ PSU’s would be preferred.
3. The agency should have independent EPF / ESI code No. or should demonstrate its
willingness to obtain the same after the award of work.
4. The agency should have a valid GST registration No.
5. The agency should have sufficient & qualified/ experienced technical man power
resources. List of such personal be supplied along with the details of their qualification
& experience.
6. The agency should have solvency limit more than Rupees One crore .

7. The agency must have successfully completed/executed single work for an amount
not less than Rupees 1crore, two works for an amount not less than Rupees 40 lakh
and three works for an amount not less than Rupees 30 lakh of similar nature.
8. Performance certificate of at least 01 nos. of 750 KVA DG Set (which is counted for the
purpose of meeting qualifying criteria) supplied in the last 05 years (to be reckoned
from the original date of date of closing of bid.) and working satisfactorily for at least
two years shall be enclosed with clear signature and address of the purchaser/firm
using the machine where it is installed and commissioned. The certificate shall not be
older than one year from the original date of closing of bid.
9. Earnest money must accompany with the tender and the same should only be
deposited in the form of a DD from any nationalized bank/ Scheduled bank in favour
of Indian Institution of Public Administration, Payable at Delhi. Tender not
accompanied by earnest money shall be rejected. Earnest money in any other form is
not acceptable. MSME registered firms alongwith NSIC certified firms are exempted
from EMD submission. However, if a MSME comes out to be the lowest bidder same
has to deposit an amount of Rupees 2,00,000/- as performance guarantee.
10. The rates shall be written both in words and in figures. The tenderer shall also show
the total of each item, the total of each schedule and the grand total of the whole
contract. Corrections, if any, shall be made by crossing out, initialing, dating and
rewriting. In case of conflict between the figures and words in the rates, the later shall
prevail.
11. Only the Original Equipment Manufacturing (O.E.M) having suitable infrastructure
may apply giving Company’s detailed profile, latest ITCC or Copies of latest Income
Tax Return and proof of having done the work and giving address, telephone numbers
along with performance certificate from their clients, copy of GST Registration
Certificate and works Contract Tax Certificate 1985 (Form II, Rule 4(1), Financial
statements for the last three financial years and latest solvency certificate of any
Nationalized Bank/ Schedule Bank

(Ashok Sharma)
Electrical Supervisor

25
Bidder’s Seal and Signature
PART-2 (PRICE BID)

26
Bidder’s Seal and Signature
BILL OF QUANTITIES
S.No ITEMS/ SCOPE Description Unit Qty Rate in Amount
Rs. in Rs.
1 Supply, installation, testing and commissioning of No. 1
750 KVA DG set with CRDI Diesel engine, complete
with base frame, lube oil systems, Radiator,
required batteries, electronic, Governor,
instrumentation, 990 liters day service fuel tank in
sound attenuated enclosure as per CPCB norms,
fuel piping as required, residential type exhaust
silencers, alarms, engine control panel, utility
piping, Resist flex make anti vibration pads.
Alternators direct coupled to engine along with
static excitation system and AVR panel all
accessories complete as required and as per
specifications of respective manufacturer standard
and as per direction of Engineer-in-charge and
taking NOC/ Clearances for various departments
as applicable.

2 PCC type foundation with the ratio of 4:2:1.The No. 1


length and breadth of the foundation shall be 300
mm more from the respective length and breadth
of the DG set. The height of the foundation shall be
650 mm i.e. 200 mm below and 450 mm above the
ground level.

3 Earthing Pit (Chemical) with chemical power , No. 4


chamber cover etc
4 Earthing Strip mtrs 24
5 Aluminium Power Cable : 4 runs of 3.5 C X 240 mtrs 30
Sq.mm
6 Control Cable : 12 C X 2.5 sq. mm mtrs 30
7 Exhaust pipe with insulation , cladding , MS Bends , mtrs 18
Flanges , other accessories and suitable MS
support structure

27
Bidder’s Seal and Signature
8 Supply, installation, testing and commissioning of No. 1 set
AMF Panel complete as per specifications of tender
document and direction of the EIC. LT CUM PLC
BASED AMF Panel suitable for 1 x 750KVA DG Sets
(DG WITH PC 3.3 OR EQV) AND TRANSFORMER
INCOMER TRF no.1, 1X1000KVA AND TRF 2
no.2,1X400KVA [THE PLC SHALL PERFORM AMF
AS OF NOW AND SHALL HAVE CONTROLLER
SUITABLE FOR AMF CUM LOAD MANAGEMENT
FOR 2 NUMBER FUTURE DG SETS , VENDOR TO
SELECT PLC ACCORDINGLY ] Supply, Installation,
Testing and Commissioning of DG Set panel
Extendable type fabricated out of 2mm Sheet
steel, dust tight, vermin proof, totally enclosed and
fully interlocked, IP54 degree of protection, cubicle
type, floor mounting, extensible on both sides,
suitable for indoor operation complete with DG
controller based Synchronizing or equivalent
Module, PLC, switches, plugs & sockets and all
required accessories, 8 windows annuciation
panel, hooters, selector switches , Control /
Power terminals for power / control cable
terminations , Bus Bar of Aluminium (E91 ) ,
internal copper control wiring, KW
Transducer,Power supply, Temperature scanner,
Push Button/ switches, earth terminal, painting
complete as required as per specification & SLD
enclosed with the following equipped switchgears
and accessories.

28
Bidder’s Seal and Signature
8Ai DG Synchronizing PC3.3 module or EQV

8A ii Earth fault protection relay (CDG 11 ALSTOM


MAKE of Electro-mechanical / Electronics type), .
Alternator protections through Dg controller PC
3.3, having inbuilt protection like - Under Voltage
Relay, Over Voltage Relay , Under Frequency Relay,
Over Frequency Relay, AmpSentry (Alternator
thermal protection) protection , Field overload-
shutdown ,Overcurrent warning/shutdown ,Loss
of sensing voltage shutdown ,Short circuit
protection, Reverse power shutdown (32A)
,Reverse Var shutdown (32R,.Breaker fail to close
Warning:,Breaker fail to open warning:,Breaker
position contact warning: ,Breaker tripped
warning: ,Fail to disconnect warning:,Fail to
synchronize warning:,Phase sequence sensing
warning.Maximum parallel time warning
protection or All Above Protecitons shall be given
by using MICOM 346 of ALSTOM make relay for
each DG SET .

8A iii Provision of auto load transfer, AMF circuit


including interlocking, auto start/stop of DG set,
transfer of power from mains and dg ,
interconnection of control cabling from incoming
Mains supply and DG supply control panel,
metering protections, transducer & PLC (Compact
logic of SIEMENS/SCHNEIDER or equivalent)
complete.

8A iv ON, OFF & TRIP & RYB phases LED indicating lamp
protected by MCB for all Incoming, Outgoing
Feeders & Bus couplers complete as required.

8Av Provision of manual Synchronizing in future


complete with dual voltmeter, dual frequency
meter & check Synchronizing relay , Syncroscope,
dark lamp Or inbuilt in PC3.3 . Therefore above
components not applicable ./ not required .

29
Bidder’s Seal and Signature
8A vi Intelligent multi function digital meter to read
V,A,kVA, KW, kVAR, PF, Hz etc with
communication facility (RS485 port) LED display -
SCHNEIDER EM6400NG /EQV with required Nos
CTs, 2500/5A/15 VA, class 1.0 and control circuit
wiring with 2 Amp MCB for controlling for each
Mains & DG incoming.

8 A vii Battery Charger Single Phase / 25 Amp / 24 Volt


DC systemof Max Power for each DG Set suitable
for charging of engine starting battery with DC
Ammeter & DC Voltmeter having in-built trickle /
boost facility and interconnecting copper cabling
etc complete as required with following
INCOMING DG

B INCOMER BREAKER DG 1X750KVA


1 1No Air Circuit Breaker, 1250Amps, 4 Pole,
Microprocessor release for O/C S/C E/F releases
Horizontal draw out type of minimum fault
breaking capacity 50KA (Ics=lcu=Icw for 1.0 sec)
Electrically Operated drawout type (EDO), fitted
with interlocked door, automatic safety shutters,
mechanical ON / OFF and service/ test/ isolated
position indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended up-to-
date complete with Independent Electrical &
manual spring closing mechanism, , Shunt trip
coil 24V D.C , U/V release -230V AC Breaker
Control Switch - 25A, Test terminal block set,
circuits as per standard practice, auxiliary
contactors with contacts (minimum 4NO+4NC) for
positive interlocking of the breakers, necessary
interlocking with PLC auto controls with all
protection L&T /ABB Make

2 Phase indicating light protected by 2 amps MCB’s. - 3


nos
3 Breaker ON / OFF / TRIP/ Trip circuit healthy
indicating lights with control MCB’s. - 1set
4 0-500V voltmeter with volt meter selector switch and
frequency meter including control fuses.
5 1 no 630/5A, 5p10VA FOR EARTH FAULT RELAY
6 3 nos.1250/5A, 15VA FOR METERING
7 Grid supply voltage sensing relay - 2 NUMBERS
8 Battery charger voltmeter of range 0-50V and
9 ammeter of range 0-50A for trickle and boost charging
10 Excitor field DC voltmeter and ammeter

30
Bidder’s Seal and Signature
11 Three indicating lamps “load on set’, ‘Load on Mains’
and “ Set fail to start’.
12 8 Window alarm annunicator panel with hooter, push
buttons, aux. Contactors etc as required as per
specification.
13 Battery charger as described in Specifications and
described below:
14 Earth fault relay (51G)
C INCOMER BREAKER MAINS 1X1000KVA
1 1No Air Circuit Breaker, 1600Amps, 4 Pole,
Microprocessor release for O/C S/C E/F releases
Horizontal draw out type of minimum fault
breaking capacity 50KA (Ics=lcu=Icw for 1.0 sec)
Electrically Operated drawout type (EDO), fitted
with interlocked door, automatic safety shutters,
mechanical ON / OFF and service/ test/ isolated
position indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended up-to-
date complete with Independent Electrical &
manual spring closing mechanism, , Shunt trip
coil 24V D.C , U/V release -230V AC Breaker
Control Switch - 25A, Test terminal block set,
circuits as per standard practice, auxiliary
contactors with contacts (minimum 4NO+4NC) for
positive interlocking of the breakers, necessary
interlocking with PLC auto controls with all
protection L&T /ABB Make

2 Phase indicating light protected by 2 amps MCB’s. - 3


nos
3 Breaker ON / OFF / TRIP/ Trip circuit healthy
indicating lights with control MCB’s. - 1set
4 0-500V voltmeter with volt meter selector switch and
frequency meter including control fuses.
5 3 nos.1600/5A, 15VA FOR METERING
6 OVER VOLTAGE RELAY
7 UNDER VOLTAGE RELAY
D INCOMER BREAKER MAINS 1X400KVA

31
Bidder’s Seal and Signature
1 1No Air Circuit Breaker, 1000Amps, 4 Pole,
Microprocessor release for O/C S/C E/F releases
Horizontal draw out type of minimum fault
breaking capacity 50KA (Ics=lcu=Icw for 1.0 sec)
Electrically Operated drawout type (EDO), fitted
with interlocked door, automatic safety shutters,
mechanical ON / OFF and service/ test/ isolated
position indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended up-to-
date complete with Independent Electrical &
manual spring closing mechanism, , Shunt trip
coil 24V D.C , U/V release -230V AC Breaker
Control Switch - 25A, Test terminal block set,
circuits as per standard practice, auxiliary
contactors with contacts (minimum 4NO+4NC) for
positive interlocking of the breakers, necessary
interlocking with PLC auto controls with all
protection L&T /ABB Make

2 Phase indicating light protected by 2 amps MCB’s. - 3


nos
3 Breaker ON / OFF / TRIP/ Trip circuit healthy
indicating lights with control MCB’s. - 1set
4 0-500V voltmeter with volt meter selector switch and
frequency meter including control fuses.
5 3 nos.1000/5A, 15VA FOR METERING
6 OVER VOLTAGE RELAY
7 UNDER VOLTAGE RELAY
E Bus Bars
3200 Amps Rating with Current density
0.8A/Sqmm . Aluminium bus bars with heat
shrinkable coloured sleeves and i/c DMC / SMC
bus bars supports at required intervals complete
for cross section, size supports & their spacing etc.
for withstanding fault level of minimum 50kA
capacity for one second (1Sets)

F OUTGOING BREAKERS

32
Bidder’s Seal and Signature
i 1No Air Circuit Breaker, 1600Amps, 4 Pole,
Microprocessor release for O/C S/C E/F releases
Horizontal draw out type of minimum fault
breaking capacity 50KA (Ics=lcu=Icw for 1.0 sec)
Manually Operated drawout type (MDO), fitted
with interlocked door, automatic safety shutters,
mechanical ON / OFF and service/ test/ isolated
position indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended up-to-
date complete with Independent with all
protection L&T /ABB Make

ii 1No Air Circuit Breaker, 1250Amps, 4 Pole,


Microprocessor release for O/C S/C E/F releases
Horizontal draw out type of minimum fault
breaking capacity 50KA (Ics=lcu=Icw for 1.0 sec)
Manually Operated drawout type (MDO), fitted
with interlocked door, automatic safety shutters,
mechanical ON / OFF and service/ test/ isolated
position indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended up-to-
date complete with Independent with all
protection L&T /ABB Make

iii 1No Air Circuit Breaker, 800Amps, 4 Pole,


Microprocessor release for O/C S/C E/F releases
Horizontal draw out type of minimum fault
breaking capacity 50KA (Ics=lcu=Icw for 1.0 sec)
Manually Operated drawout type (MDO), fitted
with interlocked door, automatic safety shutters,
mechanical ON / OFF and service/ test/ isolated
position indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended up-to-
date complete with Independent with all
protection L&T /ABB Make

33
Bidder’s Seal and Signature
G BUS COUPLER BREAKERS
1No Air Circuit Breaker, 1600Amps, 4 Pole,
Microprocessor release for O/C S/C E/F releases
Horizontal draw out type of minimum fault
breaking capacity 50KA (Ics=lcu=Icw for 1.0 sec)
Electrically Operated drawout type (EDO), fitted
with interlocked door, automatic safety shutters,
mechanical ON / OFF and service/ test/ isolated
position indicators and frame earthing contact,
conforming to IS-60947-2 1993 as amended up-to-
date complete with Independent Electrical &
manual spring closing mechanism, , Shunt trip
coil 24V D.C , U/V release -230V AC Breaker
Control Switch - 25A, Test terminal block set,
circuits as per standard practice, auxiliary
contactors with contacts (minimum 4NO+4NC) for
positive interlocking of the breakers, necessary
interlocking with PLC auto controls with all
protection L&T /ABB Make
LOGIC OF OPERATION
1) Condition 1 : Initially the load shall be taken by
transformer 1x1000KVA and 1X400kva transformer
which shall charge the individual bus bus coupler shall
be in open positiion .
2) Condition 2 : In case transformer fails same shall be
sensed via VMRT and dg set shall be started , bus
coupler shall be closed and dg shall feed the whole bus .

3) Condition 3 : In case transformer are back in line the


dg shall be closed after cooling off time
NOTE : The PLC shall currently run for amf only .2 more
dg sets shall be added in future which will synchronize
with the existing 750KVA DG .The future dg sets shall be
procured with PC 3.3 controller only. Vendor shall
select plc for upgradation for amf cum load
management of total 3 dg sets in future
** Note The protection/relay etc. already provided
in the DG controller itself shall not be
repeated/provided in the AMF panel
Total
GST
"A" Grand Total

"B" Description Unit Qty Rate Amount


Dismantling of old 250 KVA DG with AMF Panel and Buy Each 1
Back
Net Amount after subtracting the cost of old DG
Net Amount In words:
34
Bidder’s Seal and Signature

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy