Techno Commercial Bid DG

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 60

GOVERNMENT OF INDIA

SPACE APPLICATIONS CENTRE


CONSTRUCTION & MAINTENANCE GROUP
CIVIL & ELECTRICAL DIVISION
JODHPUR TEKRA
AHMEDABAD – 380015
PHONE No: (079) 26914909/12/26/01
FAX No: (079) 26915800

Name of work: Supply, Installation, Testing and commissioning of 750 kVA D.G. SET with
AMF panel at Technical area of SAC Bopal campus, Ahmedabad
E-Tender Notice No. & date: SAC/CMG/C&ED/EL/M/58/2018-19 Dt: 06.11.2018

PART I
TECHNO-COMMERCIAL BID
Note: Only English version should prevail & will be final
This bid contains 60 pages (including serially numbered 58 pages + A & B).

A
GOVERNMENT OF INDIA
SPACE APPLICATIONS CENTRE
CONSTRUCTION & MAINTENANCE GROUP
CIVIL & ELECTRICAL DIVISION

ITEM RATE TENDER DOCUMENT


Name of work: Supply, Installation, Testing and commissioning of 750 kVA D.G. SET with
AMF panel at Technical area of SAC Bopal campus, Ahmedabad
E-Tender Notice No. & date: SAC/CMG/C&ED/EL/M/58/2018-19 Dt: 06.11.2018
INDEX

PART –I TECHNO-COMMERCIAL BID


1 FACE SHEET OF TECH. & COMM. BID A
2 INDEX B
3 NOTICE INVITING TENDERS 1 to 7
SCANNED DOCUMENTS TO BE SUBMITTED BY TENDERER ALONG
4 8
WITH TECHNO-COMMERCIAL BID
ITEM RATE FOR WORK MEMORANDUM & DECLARATIONS BY THE
5 9 to 12
TENDERER / CONTRACTOR
6 MV PANEL DRAWING 13
7 IMPORTANT GUIDELINES FOR TENDERERS 14
8 SCHEDULE – ‘A’ TO ‘I’ 15 to 18
9 TEHNICAL SPECIFICATION ANNEXURE-I TO III 19 to 46
APRROVED MAKE LIST FOR ELECTRICAL WORKS INCLUDING LT
10 47 to 57
PANEL
11 ANNEXURE – 1 : CHECK LIST 58

C
भारत सरकार GOVERNMENT OF INDIA
अंतररक्ष विभाग DEPARTMENT OF SPACE
अंतररक्ष उपयोग केंद्र (सैक) SPACE APPLICATIONS CENTRE (SAC),
निर्ााण एिं अिरु क्षण सर्हू CONSTRUCTION & MAINTENANCE GROUP (CMG),
ससविल एिं विधुत विभाग CIVIL & ELECTRICAL DIVISION
जोधपरु टे करा, अंबािाडी विस्तार पो.ऑ. JODHPUR TEKRA, AMBAWADI VISTAR P.O.,
अहर्दाबाद – 380015 AHMEDABAD –380015
दरू भाष सं : Ph. No: )079) 26914909/12/26/01 फैक्स सं. FAX No: 079- 26915800
ई-निविदा सचू िा सं.: एिं ददिांक: सैक/सीएर्जी/सस&ईडी/इएल/एर् ्/58/2018-19 एिं दद. : 06.11.2018
E-Tender Notice No.: & Date: SAC/CMG/C&ED/EL/M/58/2018-19 Dt: 06.11.2018
1. भारत के राष्ट्रपनत की ओर से, निम्िसलखित काया के सलए ई-निविदा र्ाध्यर् से ओिलाईि र्द-दर
निविदाएं आर्ंत्रित की जाती हैं।

On Behalf of the President of India, online item-rate tenders are invited through e-
tendering for the following work.

क्र.सं. वििरण DESCRIPTION ब्यौरा Details


Sl. No
1. काया का शीषाक सैक कैं पस बोपल के तकिीकी क्षेि र्ें 750 केिीए
Title of work
डीजी का एएर्एफ पैिल के साथ आपनू ता,
स्थापिा, परीक्षण और कर्ीशि करिा।
Supply, Installation, Testing and
commissioning of 750 kVA D.G. SET
with AMF panel at Technical area of
SAC Bopal campus , Ahmedabad.
2. निविदा र्ें दी गई प्राक्कसलत लागत ` 71.79 Lakhs
Estimated cost put to tender
3. काया परू ा होिे की अिधध, र्हीिो र्ें , जजसे चार र्ाह Four Months
काया आदे श जारी होिे की नतधथ के 15िें
ददि से धगिा जाए
Period of completion in months
reckoned from the 15th day of
date of issue of work order.
4. निविदा दस्तािेज डाउिलोड करिे की 13.11.2018 को 10:00 बजे से 22.11.2018
अिधध Period during which the को 17:00 बजे तक
tender document can be
downloaded. From 13.11.2018 at 10:00 Hrs. to
22.11.2018 up to 17:00 Hrs.
5. बोली स्पस्टीकरण 13.11.2018 को 11:00 बजे से 28.11.2018
Bid clarifications
को 17:00 बजे तक
From 13.11.2018 at 11:00 Hrs. to
28.11.2018 up to 17:00 Hrs..
6. निविदा पािे की अंनतर् नतधथ एिं सर्य 03.12.2018 को 14:30 बजे तक
Last date and time for receipt of 03.12.2018 upto 14:30 Hrs.
tenders
7. निविदा िुलिे की अंनतर् नतधथ एिं सर्य 11.12.2018 को 15:00 बजे (तकिीकी एि
Due date and time of opening of
tenders. िाखणजययक बोली)
11.12.2018 at 15:00 Hrs (Technical &
commercial bid)

-1-
8. अधिर् धि निक्षेप (ई.एर्.डी.) ` 1,43,590.00
Earnest money deposit (EMD)

2. सविदाकारो / हे तु अहता मापदं ड/ Eligibility Requirements for Contractors / Firms :-

क्र. अहहता मापदं ड Eligibility Criteria अहहता हे तु लिखित प्रमाण (स्ियं द्िारा
अनप्र
ु माखणत प्रततयां भेजी जाएं)
सं. Documentary proof for the eligibility
Sl. (Self attested copies to be submitted)
No
a. वपछिे सात िर्षों के दौरान तनम्नलिखित कायह I. काया आदे शों तथा स्थापिा काया अिभ
ु ि से
संतोर्षजनक रूप से पण
ू ह ककए होने चाहहए। संबधं धत प्राधधकारी द्िारा जारी पण
ू त
ा ा
Should have satisfactorily completed the प्रर्ाणपि की प्रर्ाखणत प्रनत।
works as mentioned below during the last
Certified copy of work orders andco
Seven years ending previous day of last date
mpletion certificates issued by
of submission of bids.
the authority concerned to establish
I. तीि सर्ाि काया, प्रत्येक की लागत प्राक्कसलत work experience.
लागत के 40% से कर् िहीं होिा चादहए यानि
II. निजी कंपनियों द्िारा कायों हे तु पण
ू त
ा ा
Rs 28.72 लाि (या)
Three similar works each costing not प्रर्ाणपि के साथ टी.डी.एस. (स्रोत पर कटौती
less than 40% of the estimated cost i.e Rs ककया गया कर) प्रर्ाणपि भी दे िा होगा।
28.72 Lakhs (or)
Completion certificates for works
II. दो सर्ा काया, प्रत्येक की लागत प्राक्कसलत लागत के issued by Private parties shall be
60% से कर् िहीं होिा चादहए यानि Rs. 43.08 supported by TDS (Tax Deducted
at Source) certificates.
लाि (या)
Two similar works each costing not
less than 60% of the estimated cost i.e Rs.
43.08 Lakhs (or)
III. एक सर्ाि काया, प्रत्येक की लागत प्राक्कसलत लागत
के 80% से कर् िहीं होिा चादहए यानि Rs. 57.44
लाि ।
One similar work costing not less than
80% of the estimated cost i.e. Rs. 57.44
Lakhs.

नोटः Note:
I. सर्ाि काया से आशय “कार् जजसर्े कर् से कर् 600 केिीए क्षर्ता के डी.जी.सेट का आपनू ता,
संस्थापिा, परीक्षण एिं चालू करिा शासर्ल हो”
Similar work shall mean “The bidder shall have carried out work of mimimum capacity of
600 KVA DG set capacity with AMF Panel”

-2-
क्र. अहहता मापदं ड Eligibility Criteria अहहता हे तु लिखित प्रमाण (स्ियं द्िारा
अनप्र
ु माखणत प्रततयां भेजी जाएं)
सं. Documentary proof for the eligibility
Sl. (Self attested copies to be submitted)
No
II. ककए गए कायों का र्ल्
ू य, काया के िास्तविक र्ल्
ू य र्ें 7% प्रनत िषा की साधारण दर से बढ़ोत्तरी करिे पर
ितार्ाि लागत स्तर तक हो जािा चादहए, जजसकी गणिा काया सर्ाप्त होिे की नतधथ से बोली हे तु आिेदि
की प्राजप्त की अंनतर् नतधथ तक की जाए।
The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated
from the date of completion to last date of submission of bids.
III. उप सविदा अथिा संयक् ु त आधार पर संपन्ि ककए गए काया को पािता/आकलि के योग्य िहीं र्ािा
जाएगा।
b. बोलीकताा के पास कas
Work executed ें द्रीयsub-contract
अथिा रायय विद्य त
ु प्राधधकारी will
or joint-venture द्िारा जारी
not ककया
merit forगया उपयक् ु /तevaluation
eligibility कक्षा एिं श्रेणी का
िैद् यत
ु संविदाकार का विधधर्ान्य लाइसेंस होिा चादहए।
The bidder shall possess valid electrical contractor’s license of appropriate class and
category issued by Central or State Electricity Authority.

c. मात्र अनरु क्षण कायह हे तु िागू होना चाहहए पीएफ एिं ईएसआई पंजीयि होिा चादहए
Applicable only for maintenance works - Should have PF and ESI registration
Number

निविदा दस्तािेज निविदा विजाडा के साथ पंजीयि तथा निविदा प्रकक्रया शल्
ु क का भग
ु ताि करते हुए
ई-निविदा िेबसाईट www.tenderwizard.com/ISRO से डाऊिलोड ककए जा सकते है | विक्रेता के
पंजीयि करिे की प्रकक्रया उपयक्
ुा त िेबसाईट र्ें प्रदसशात की गई है | निविदा प्रकक्रया शल्
ु क र्ें र्ेससा.
आईटीआई सल. को ई-गेटिे के र्ाध्यर् से भग
ु ताि करे |

The tender document may be downloaded from e-tendering website


www.tenderwizard.com/ISRO by registering with tender wizard and paying tender
processing fee. The procedure for vendor registration is displayed in the above
website. Tender processing fee is payable to M/s. ITI Ltd. through E-gateway.

3. निविदा को केिल डाउिलोड कर लेिे से बोलीकताा बोली प्रकक्रया र्ें भाग लेिे का पाि िहीं होगा।
निविदाकार द्िारा अपलोड ककए गए प्रेलि
े ों को बाद र्ें विभाग द्िारा सत्यावपत ककया जाएगा।
आिश्यकता के अिरू
ु प ि पाए जािे िाले प्रस्तािों को रद्द कर ददया जाएगा ।
Downloading of tender documents alone will not make a tenderer eligible for
participating in the bidding. The documents uploaded by the tenderers will be
subjected to verification subsequently by Department. If found not meeting the
requirement, such offers will be rejected.

4. (a) निविदा के साथ उपयक्


ुा त पैरा 1 र्ें उजल्लखित र्ल्
ू य की बयािा रासश संलग्ि होिी चादहए ,जो
ककसी अिस
ु धू चत बैंक द्िारा लेिा अधधकारी ,सैक ,अहर्दाबाद के पक्ष र्ें जारी कॉल रसीद / सर्यादी
जर्ा / डडर्ांड ड्राफ्ट अथिा बैंक गारं टी के रूप र्ें होिी चादहए। बयािा रासश ,निविदा प्राप्त होिे की
अंनतर् नतधथ से 180 ददिों तक र्ान्य होिा चादहए। बयािा धि अर्ाित यदद डीडी के रूप र्ें प्रस्तत

-3-
की गई है , तो निविदाओं के िोलिे के तरु ं त बाद इन्हें भि
ु ा सलया जाएगा और असफल निविदाकरों को
बयािा धि अर्ाित विभाग द्िारा चेक इलेक्रनिक र्ाध्यर् से िापस/भेजी जाएगी ।

Tenders should be accompanied with Earnest Money Deposit for value specified in
Para 1 above, in the form of Deposit at Call receipt/ Term Deposit Receipt/ Demand
Draft of any Scheduled Bank issued in favour of “Accounts Officer SAC,
Ahmedabad’’ (or) in the form of Bank guarantee issued by a scheduled bank.
Earnest Money Deposit shall be valid for 180 days from the due date of receipt of
tenders. In Case EMD in the form of DD is furnished, the same will be encashed
immediately on opening of tenders and refund of EMD for unsuccessful
tenderers will be made through Cheque /electronically by Department

4 (b) “निविदा कीर्त/ईएर्डी से छूट का दािा करिे िाली एर्एसएर्ई इकाईयों को जजला उद्योग केंद्र
(डीआईसी)/िादी एिं उद्योग बोडा (केिीआईबी)/कोयर बोडा/राष्ट्रीय लघु उद्योग आयोग
(एिएसआईसी)/हस्तसशल्प तथा हथकरघा निदे शालय अथिा सक्ष्
ू र् लघु र्ध्यर् उद्यर् र्ंिालाय
द्िारा निधााररत ककसी अन्य निकाय द्िारा जारी पंजीकरण प्रर्ाणपि के साथ एर्एसएर्ई उद्योग
आधार ज्ञापि प्रस्तत
ु करिा होगा। ज्ञापि/प्रर्ाणपि र्ें स्पष्ट्ट रूप से वित्तीय सीर्ा का उल्लेि ककया
जाए तथा िह निविदा की दे य नतधथ/बढ़ाई गई नतधथ तक िैध होिा चादहए। इसर्ें ईएर्डी/निविदा
शल्
ु क छूट प्राप्त करिे के सलए निविदा की गई सार्धियों का उल्लेि भी होिा चादहए।”
“The MSME units claiming exemption of Tender cost / EMD should submit MSME
UDYOG ADHAR MEMORANDUM along with registration certificate issued by District
Industries Centre (DIC) / Khadi & Industries board (KVIB) / Coir board / National small
industries commission (NSIC) / Directorate of Handicrafts and handlooms or any
other body specified by Ministry of MSME. The memorandum / certificate shall clearly
indicate the monetary limit and shall be valid as on due date / extended due date of
the tender. Also it should cover the items tendered to get EMD / Tender fee
exemptions.”

5. निविदाएं िप
ु प्रधाि के कायाालय, निर्ााण एिं अिरु क्षण िप
ु र्ें पैरा 1 के अिस
ु ार निधााररत नतधथ एिं
सर्य को िोली जाएंगी ।

Tenders will be opened at the Office of the Group Director/ Head, Construction and
Maintenance Group/ Division on the stipulated date and time specified in Para
1above.

6. a) निविदा िोलिे की निधााररत नतधथ और सर्य तक या उससे पहले िप


ु निदे शक, निर्ााण एिं
अिरु क्षण िप
ु के कायाालय र्ें ईएर्डी के र्ल
ू दस्तािेज पहुुँच जािे चादहए। यदद निविदा िोलिे की
निधााररत नतधथ या सर्य से पि
ू ा िैध ईएर्डी प्राप्त िहीं होती है तो, अंतत: निविदा प्रस्ताि को निरस्त
कर ददया जाएगा ।

Original instrument of EMD shall be submitted to the Office of the Group Director /
Head, Construction and Maintenance Group / Division on or before due date and time
of opening of tender. If valid EMD is not received on or before due date and time of
opening of tender, the tender offer shall be summarily rejected.

-4-
6 (b) निविदा कीर्त/ईएर्डी से छूट का दािा करिे िाली एर्एसएर्ई इकाइयां उपयक्
ुा त पैरा 4 (b) र्ें
उजल्लखित पंजीकरण प्रर्ाणपि के साथ एर्एसएर्ई उद्योग आधार ज्ञापि की सत्यावपत हाडा प्रनत
प्रस्तत
ु करें ।

The MSME units claiming exemption of Tender cost / EMD should submit attested
hard copy of MSME UDYOG ADHAR MEMORANDUM along with registration
certificate as indicated in para 4 (b) above.

उपयक्
ुा त ज्ञापि/प्रर्ाणपि की हाडा कॉपी सर्ह
ू निदे शक /प्रधाि, निर्ााण एिं अिरु क्षण सर्ह
ू /प्रभाग के
कायाालय र्ें दे य नतधथ तथा निविदा िोले जािे के सर्य से पि
ू ा प्रस्तत
ु की जाए। यदद हाडा कॉपी दे य
नतधथ तथा निविदा िोले जािे के सर्य से पि
ू ा प्राप्त िहीं होती है तो निविदा प्रस्ताि रद्द कर ददया
जाएगा।

The hard copy of above memorandum / certificate shall be submitted to the Office of
the Group Director / Head, Construction and Maintenance Group / Division on or
before due date and time of opening of tender. If hard copy is not received on or
before due date and time of opening of tender, the tender offer shall be summarily
rejected.

7. निविदा िोलिे की नियत नतधथ को केिल बयािा रासश जर्ा करिे िाले निविदाकारों की िाखणजययक
बोलीओं को ही िोला जाएगा। तकिीकी एिं िाखणययक बोली के िोलिे पर, पि
ु : विस्तत
ृ संिीक्षा एिं
र्ल्
ू यांकि ककया जाएगा । तकिीकी एिं िाखणजययक बोली के र्ल्
ू यांकि के दौराि, निविदाकारों द्िारा
प्रस्तत
ु ककए गए दस्तािेजों की विस्तत
ृ जाुँच की जाएगी। यदद यह पाया जाता है कक कोई निविदा
अहाता पािता को परू ा िहीं करती है तो इसी चरण र्ें यह निरस्त कर दी जाएगी और उि प्रस्तािों को
आगे की प्रकक्रया हे तु शासर्ल िहीं ककया जाएगा। जाुँच एिं तकिीकी र्ल्
ू यांकि र्ें योग्य पाए गए
निविदाकारों की र्ल्
ू य बोसलयों को विनिददाष्ट्ट नतधथ को (योग्य बोलीकतााओं को विधधित सच
ू िा दी
जाएगी) अलग से िोला जाएगा और आगे निविदा प्रकक्रया नियर्ों के अिस
ु ार कारा िाई की जाएगी।

On the due date of opening, the Technical & Commercial bid of those tenderers who
furnished valid EMD only will be opened. On opening of Technical & commercial bid
further detailed scrutiny / evaluation will be carried out. During the evaluation of
techno-commercial bids, the documents furnished by the tenderers will be scrutinized
in detail. Any tender, found as not fulfilling the eligibility criteria will be rejected at this
stage and such offers will not be considered for further processing. The price bid of
only those tenderers who have been qualified during the scrutiny and technical
evaluation will be opened separately on a specified date (with due intimation to the
qualified bidders) and further processed, as per tender procedure/ stipulations.

8. सफल ठे केदार की बयािा रासश को निष्ट्पादि गारं टी के रूप र्ें रूपांतररत ककया जाएगा । कार् परू ा होिे
पर इसे सरु क्षा रासश के रूपांतररत ककया जाएगा। स्िीकृनत पि /काया आदे श प्राप्त होिे पर बयािा रासश
के भग
ु ताि से छूट के र्ार्लों र्ें आकसलत लागत की 2% रासश को निष्ट्पादि गारं टी के रूप र्ें शासर्ल
करते हुए तत्काल प्रस्तत
ु करिा होगा ।

Earnest money of the successful contractor will be converted into Performance


guarantee. On completion of the work, the same will be converted as security deposit.
In cases of exemption for payment of Earnest money, separate performance

-5-
guarantee at 2% of the estimated cost put to tender to be submitted immediately on
receipt of letter of acceptance/ work order.

9. निविदा प्रस्तत
ु करिे से पहले इच्छुक निविदाकार, सर्ह
ू निदे शक, सी.एर्.जी./ प्रधाि, सी.एर्.डी./
असभयंता एस.जी./ असभयंता एस.एफ./ असभयंता एस.ई./ असभयंता एस.डी. की पि
ू ा अिर्
ु नत से, स्थल
का निरीक्षण कर सकते हैं।

Intending tenderers may inspect the site before submitting the tenders, with the prior
permission of Group Director, CMG/ Head CMD/ Engineer-SG / Engineer-SF/
Engineer-SE/ Engineer-SD

10. भारत के राष्ट्रपनत की ओर से निविदा स्िीकार करिे िाला प्राधधकरण न्यि


ू या ककसी अन्य निविदा
को स्िीकार करिे हे तु बाध्य िहीं है और कोई कारण बताए त्रबिा ककसी या प्राप्त सभी निविदाओं को
रद्द करिे का अधधकार रिता है । सभी निविदाएं जो निददाष्ट्ट शतों र्ें से यदद ककसी शता को परू ा िहीं
करती हों या कोई शता जजसर्ें निविदाकार द्िारा सशता छूट दी गई है, निरस्त कर दी जाएंगी।

The tender accepting authority on behalf of President of India is not bound to accept
the lowest or any other tender and reserves the authority to reject any or all the
tenders received without assigning any reason. All tenders in which any of the
prescribed condition is not fulfilled or any condition including that of conditional rebate
is put forth by the tenderer shall be summarily rejected.

11. भारत के राष्ट्रपनत की ओर से निविदा स्िीकार करिे िाला प्राधधकरण काया आदे श जारी करिे से पहले
कायाक्षेि र्ें पररिताि/ या काया की र्ािा र्ें कर्ी का भी अधधकार रिता है तथा निविदाकार इस संबध

र्ें कोई भी दािा िहीं करे गा।

The tender accepting authority on behalf of President of India also reserves the right
to alter the scope/ or reduce quantum of work before issue of work order and the
tenderer shall not have any claim what so ever on this account.

12. भारत के राष्ट्रपनत की ओर से निविदा स्िीकार करिे िाला प्राधधकरण निविदा को पण


ू ा रूप से या उसके
ककसी भाग को स्िीकार करिे का अधधकार रिता है तथा निविदाकार को ददए गए र्ल्
ू य पर ही काया
करिा होगा।

The tender accepting authority on behalf of President of India reserves the right of
accepting the whole or any part of the tender and the tenderer shall be bound to
perform the same at the rate quoted.

13. निविदा के संबध


ं र्ें प्रत्यक्ष या अप्रत्यक्ष रूप से कोई भी पक्षप्रचार सख्तता से निवषद्ध है और ठे केदार
जजसिे पक्षप्रचार करिे की कोसशश की है उसके द्िारा प्रस्तत
ु की गई निविदा निरस्त कर दी जाएगी।

Canvassing directly or indirectly, in connection with tender is strictly prohibited and


the tenders submitted by the contractors who resort to canvassing will be liable for
rejection.

14. निविदा स्िीकार करिे िाला प्राधधकरण सरकार द्िारा सर्य-सर्य पर जारी की जािे िाली िीनतयों के
अिस
ु ार प्रस्तािों को प्राथसर्कता दे िे का विकल्प रिता है ।

-6-
The tender accepting authority reserves the option to give preferences to the offers in
accordance with the policies of the Government from time to time.

15. निविदाकार को विभाग के केंद्र के उस प्रभाग र्ें निविदा जर्ा करिे की अिर्
ु नत िहीं दी जाएगी जजसर्ें
संविदा दे िे और उसके कायाान्ियि हे तु जजम्र्ेदार कायाारत व्यजक्त उसका/उसकी कोई िजदीकी
ररस्तेदार है । उसे उि व्यजक्तयों का िार् भी सधू चत करिा होगा जो उसके साथ ककसी भी क्षर्ता र्ें
कार् कर रहें हैं या जो उसके िहा कायारत हैं और जो अंतररक्ष विभाग र्ें कायारत राजपत्रित अधधकारी
का िजदीकी ररस्तेदार है । ठे केदार द्िारा इस शता का उल्लंघि करिे पर उसके द्िारा जर्ा की गई
निविदा रद्द कर दी जाएगी तथा संविदा निरस्त हो जाएगी।

The contractor shall not be permitted to tender for works in the Division of that
particular Centre of the Department responsible for award and execution of contracts
for which his/her near relative is working. He/she shall also intimate the names of
persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any Gazetted Officer in the Department of Space.
Any breach of this condition by the contractor would render him liable for rejection of
tender or cancellation of contract.

16. निविदा, उपयक्


ुा त पैरा 1 के अिस
ु ार निविदा प्राजप्त की अंनतर् नतधथ से कर् से कर् 120 ददिों तक
र्ान्य होिी चादहए। यदद कोई निविदाकार र्ान्य अिधध के अंदर अपिा प्रस्ताि िापस लेता है या
निविदा की शतों एिं निबंधिों र्ें कुछ पररिताि करता है जो विभाग, सरकार को स्िीकार िहीं हैं तो
सरकार त्रबिा ककसी अधधकार या उपाय पर कोई पक्षपात ककए त्रबिा बयािा धि अर्ाित के 50%
(पचास प्रनतशत) का जुर्ाािा लगािे का अधधकार रिता है । आगे, निविदाकार को काया की पि
ु निाविदा
र्ें भाग लेिे की अिर्
ु नत िहीं दी जाएगी।

The tender should be valid for minimum period of 120 days from the due date of
receipt of the tender specified in Para 1 above. If any tenderer withdraws the offer
within the validity period or makes any modifications in the terms and conditions of
the tender which are not acceptable to the Department, the Government shall without
prejudice to any other right or remedy, be at liberty to forfeit 50% (Fifty Percent) of the
Earnest Money Deposit absolutely. Further, the tenderer shall not be allowed to
participate in the re-tendering process of the work.

17. निविदा परू ी होिे पर, सफल निविदाकारों के साथ एक करार ककया जाएगा।
On concluding the tender, an agreement shall be drawn with the successful tenderer.

सर्ह
ू निदे शक, ससर्जी / सैक Group Director, CMG / SAC

-7-
तकिीकी-िाखणजययक बोली के साथ निम्िसलखित दस्तािेजों की स्कैि की हुई कॉवपयाुँ प्रस्तत
ु करिी होगी,
ऐसा ि करिे निविदाकारों को रद्द ककया जा सकता है ।
SCANNED COPY OF THE FOLLOWING DOCUMENTS SHALL BE SUBMITTED ALONG
WITH TECHNO-COMMERCIAL BID, FAILING WHICH THE TENDERERS ARE LIABLE
TO BE REJECTED.

1. चल रहे कायों के प्रर्ाण स्िरूप संबधं धत प्राधधकारी द्िारा जारी काया आदे श ।
Work orders issued by the authority concerned to establish work on hand.
2. कायंिभ
ु ि के साक्ष्य के रूप र्ें संबधं धत प्राधधकारी द्िारा जारी पणू त
ा ा प्रर्ाणपि ।
Completion certificates issued by the authority concerned to establish work
experience.
3. पािता र्ापदं ड के अिस ु ार सर्ाि प्रकृनत के काया निष्ट्पाददत ककए जािे के दस्तािेजीय साक्ष्य
Documentary proof for having executed the work of similar nature and comparable
magnitude as per the eligibility criteria.
4. निजी पादटा यों द्िारा जारी ककए गए काया पण ू त
ा ा प्रर्ाणपिों के साथ र्ल ू स्रोत पर कर कटौती
प्रर्ाणपि ।
Completion certificate for works issued by private parties shall be supported by
TDS (Tax Deducted at Source) certificates.
5. ईएसआई एिं पीएफ पंजीकरण िं की प्रनतसलवप
Copy of ESI and PF registration number
6. संविदा की सार्ान्य शतों र्ें ददए गए फार्ेट-1 के अिस
ु ार काया का र्ल्
ू य, पण
ू त
ा ा की नतधथ, सर्य
का बढ़ािा इत्यादद का उल्लेि करते हुए पण
ू ा ककए गए कायों की सच
ू ी।
A list of completed works indicating value of work, date of completion, extension of
time etc., as per Format-1 in General Conditions of Contract.
7. पैि /टै ि वििरण PAN / TAN details.
8. बयािा रासश डडपोजजट Earnest Money deposit.
9. कंपिी का प्रोफाइल वििरण के साथ Company Profile with details.
10. अनतररक्त दस्तािेज, यदद है तो Additional Documents, if any.

-8-
Item Rate Tender for Works
Memorandum

a) E-Tender Notice No, Date and SAC/CMG/C&ED/EL/M/58/2018-19 Dt:


06.11.2018.
Title of work
Supply, Installation, Testing and commissioning
of 750 kVA D.G. SET with AMF panel at
Technical area of SAC Bopal campus ,
Ahmedabad.
b) Estimated cost ` 71.79 Lakhs
c) Earnest Money ` 1,43,590.00
d) Performance guarantee ` 1,43,590.00
e) Security Deposit ` 1,43,590.00
f) Time allowed for completion of the work from the 15th day of date of issue of work
order Four Months.

1. I/ We hereby tender for the execution for the President of India for the work specified in
the this Written Memorandum and the notification inviting tender (NIT) within the time/s
specified in the Memorandum at the rates specified in the attached schedule of quantities
(schedule A) and in all respects with these specifications, design, drawings and
instructions in writing referred to in Rules here of and in clause 11 of the General
conditions of Contract (GCC) and with such materials as provided for by and all other
respects in accordance with such conditions so far as applicable.

2. Should this tender be accepted in whole or in part, I/We hereby agree to abide by and fulfil
all the terms and provisions of General conditions of contract (GCC) and General
Guidelines to be read in conjunction with GCC, annexed here to and all the terms and
provisions contained in NIT, which has been read by me/ us and explained to me/ us so
far as applicable or in default thereof to forfeit and pay to the President of India or the
successors in Office the sums of money mentioned in the said conditions.

3. A sum of Rs…………. is hereby forwarded by crossed D.D, fixed deposit, Bank Guarantee
by approved Scheduled bank, Call Receipt of a Scheduled Bank guaranteed by the
Reserve Bank of India as Earnest Money. If I/ We fail to commence the work specified in
the above Memorandum, I/ We agree that the said President or his successors in office
shall, without prejudice to any other right or remedy be at liberty to forfeit the said EMD
absolutely.

4. In the event of accepting my/ our offer by Department, I/ We agree to deposit the required
Performance Guarantee within 15 days from the date of issue of letter of intent/ work
order. In case, if I/ We fail to deposit the same within the period specified including the
extended period if any, I/ We agree that the said President or his successors in office

-9-
shall, without prejudice to any other right or remedy be at liberty to forfeit the said EMD
absolutely.

5. I/ We agree to execute all the works referred to in the tender documents upon the terms
and conditions contained or referred therein and to carry out such deviation as may be
ordered subject to the condition of clause 12 herein after referred to as the deviation limit
at the rates quoted in the tendered documents and those in excess of that limit at the
rates to be determined in accordance with the provision contained in clause 12 of the
General conditions of Contract (GCC)

6. I/We hereby declare that I/ We shall treat the tender documents, drawings and other
records connected with the work as secret/ confidential documents and shall not
communicate the same or use the information in any matter prejudicial to the safety of the
country.

7. I/ We declare that I/We ………………. possess a copy of the Specifications of Civil


Engineering works/ Specification for Electrical works/Specification for Air conditioning
works of Construction and Maintenance Group, SAC Department of Space, Government
of India, I/We have signed the Master copy of the Specifications available in the office of
the Group Head, CMG, in token of noting the contents therein.

I/We also declare that I/We have perused in detail and examined closely the specifications
and I/We agree to be bound by and comply with all such specifications for this work.

I/We declare that the work will be carried out as per the specification in tender document
and as per the specifications said above. The items of work not covered in the
specifications said above will be carried out as per the specifications in the relevant
CPWD specifications, and if not covered in CPWD specifications the work will be carried
out as in the relevant specifications of Bureau of Indian Standard, and if not covered in
any of the above, the work will be carried out as directed in writing by the Engineer-in-
charge.

8. I/We declare that I/We…………………………. are not associated, nor has been
associated in the past, directly or indirectly with the consultant or any other entity that has
prepared the design, specification and other documents for the project for which tenders
are invited.

I/We also declare that I/We ……………………. are not associated, nor has been
associated in the past, directly or indirectly with the consultant or any other entity who has

- 10 -
been engaged by the Department to provide consulting services for the preparation of
supervision of the works for which tenders are invited.

I/We declare that the rates quoted by me/us are on the basis of the above.

Dated the …………………………. day of ……………….20……….

Signature of the tenderer/ Contractor

- 11 -
Name of work: Supply, Installation, Testing and commissioning of 750 kVA D.G. SET
with AMF panel at Technical area of SAC Bopal campus , Ahmedabad.
E-Tender Notice No.: & Date: SAC/CMG/C&ED/EL/M/58/2018-19 Dt: 06.11.2018

DECLARATION BY THE TENDERER

1. I hereby declare that I have gone through clearly and understood the General
Conditions of Contract for Civil and allied works along with the Schedules
appended (Schedules G, H and I) and other relevant formats (Formats 1 to 5)
available in Office of Group Director, Construction & Maintenance Group, SAC &
uploaded in website at http://www.isro.gov.in/tenders.

2. My offer submission for the tender for “Supply, Installation, Testing and
commissioning of 750 kVA D.G. SET with AMF panel at Technical area of
SAC Bopal campus , Ahmedabad.” is after fully considering the above and also
the other documents issued along with the tender.

3. I also confirm that the offer now submitted is totally in agreement with the General
Conditions of Contract provided in the above ISRO website read in conjunction
with the documents, drawings and specification issued for this particular tender,
except for commercial & technical deviation, if any, specifically brought out in my
Techno-Commercial offer, submitted herewith.

(Signature of the tenderer)

- 12 -
Name of work: Supply, Installation, Testing and commissioning of 750 kVA D.G. SET
with AMF panel at Technical area of SAC Bopal campus, Ahmedabad.
E-Tender Notice No. & date: SAC/CMG/C&ED/EL/M/58/2018-19 Dt: 06.11.2018

List of drawings

---------------------------------- NIL ---------------------------------------

- 13 -
Name of work: Supply, Installation, Testing and commissioning of 750 kVA D.G. SET with
AMF panel at Technical area of SAC Bopal campus, Ahmedabad.
E-Tender Notice No. & date: SAC/CMG/C&ED/EL/M/58/2018-19 Dt: 06.11.2018

IMPORTANT GUIDELINES FOR TENDERERS

1. The soft copy of the E-tendering GCC (General Conditions of Contract) for
Maintenance/Minor works comprises of documents viz. Tender notifications,
General Conditions of Contract along with all schedules & relevant Formats* have
been uploaded in the following websites in ‘pdf’ format:

(i) www.isro.gov.in/tenders
(ii) www.tenderwizard.com/ISRO

In addition to soft copy available on website, they are also available in the office of
the Group Director, CMG, SAC for reference and study of tenderers. Contract
Agreement shall be drawn with the successful bidder incorporating hard bound
copy of the NIT, General Conditions of Contract along with full set of documents,
every page of which should be signed by the contractor. Tenderer shall quote his
rates as per various terms & conditions of the standard tender form which will form
part of the Agreement. To this effect, Tenderer shall submit the scanned copy of
duly signed Declaration attached with Techno- Commercial bid at page No:12.

*For formats vide Nos. 1, 2a, 2b, 2c, 3 & 4 i.e. Draft Bank Guarantee bond for
earnest money, performance security (Guarantee), security deposit, Affidavit &
Indemnity Bond, please refer e-tendering GCC (General Conditions of Contract)
for Maintenance/Minor works (Page No. E-52 to E-61) uploaded on above
websites.

Tenderers should submit the scanned copy online of the Mandatory


documents which is mentioned in Techno-Commercial bid, failing which the
tenderers are liable to be rejected. A check list attached as Annexure-I in Excel
format shall also be filled by the tenderer indicating ‘Yes/No’ against each column.

2. Labour cess @ 1% or the rate as applicable from time to time in the state of
Gujarat will be recovered from your gross amount of each running bill and from
final dues as per “Building and Other Construction Worker’s (BOCW) Welfare
Cess Act.

3. The original EMD instrument shall be placed in the Electrical tender box kept in
CMG / SAC (building no. 49) near room no. 12 in First Floor inside SAC Campus.
Applicants / Bidders are requested not to place the original instrument of EMD in
Tender Box kept at Main Gate of SAC or any other place. Tenderers having
MSME registration & seeking exemption of EMD, are also requested to submit /
place the photo copy of their MSME certificate & valid NSIC registration in the
tender box as mentioned above

- 14 -
SCHEDULES ‘A’ TO ‘I’

SCHEDULE `A’ - SCHEDULE OF QUANTITIES (PRICE SCHEDULE SEPARATELY


ATTACHED)
General notes:

Rates for various items of work in the accompanying schedule of quantities for “Supply,
Installation, Testing and commissioning of 750 kVA D.G. SET with AMF panel at
Technical area of SAC Bopal campus, Ahmedabad.” shall be quoted after taking into
account of the following notes.

1. This is an indivisible works contract. The rates quoted shall include all taxes
including Goods and Service Tax (GST) at applicable rates and all levies, duties,
cess etc. payable under respective statues. Deductions as per statues will be
effected from the bill and remitted to the Department concerned.

2. The rate quoted shall abide all the provisions mentioned in General Conditions
of Contract (GCC) and other general guidelines mentioned in this tender.

3. The rates for various items of works in the Schedule of quantities shall be quoted
taking into account the cost of materials, labour, tools and plants, scaffolding,
necessary wastages, cost of handling and conveyance of materials to place of
work, over heads and profits and any other incidentals included therein.

4. Rates quoted by the Tenderers for various items of work shall be deemed to be
inclusive of such leads and lifts mentioned therein and/or as shown in the
accompanying tender drawings. Where such information is absent, the rates
shall be deemed to be inclusive of the necessary leads and lifts to complete the
item of work occurring at any height and with any required leads.

5. The rates quoted shall be in decimal coinage.

6. In the ‘Item of work/ description of work’ column ‘unit’ column, the various
abbreviations shall mean as below.

a. M/m/Rm/Mtr/MTR shall mean ‘Metre’ in length or breadth or depth.


b. SQM/Sqm/SM/sqm/M2/m2 shall mean ‘Square Metre’ in area
c. Cu.m/cu.m/Cum/M3/m3 shall mean ‘Cubic Metre’ in volume.
d. Kg/kg/KG shall mean ‘Kilogram’ in weight.

- 15 -
e. MT/mT/Mt/T shall mean ‘Metric Tonne’ in weight
f. Cm/CM/cm shall mean ‘Centimetre’

7. In the event no rate has been quoted for any item(s), leaving space both in
figure(s), word(s), and amount blank, it will be presumed that the contractor has
included the cost of this/ these item(s) in other item(s). The rate for such item(s)
will be considered as ZERO. The work will be required to be executed as specified.

Signature of Tenderer with


Name and legal address
Date:

(PRICE SCHEDULE SEPARATELY UPLOADED)

- 16 -
SCHEDULE ‘B, C, D & E’ – DELETED

SCHEDULE ‘F’ - REFERENCE TO GENERAL CONDITIONS OF CONTRACT

Name of work: Supply, Installation, Testing and commissioning of 750 kVA D.G. SET with
AMF panel at Technical area of SAC Bopal campus, Ahmedabad.

1. Estimated cost of work ` 71.79 Lakhs


2. Earnest Money ` 1,43,590.00
3. Performance guarantee ` 1,43,590.00
4. Security Deposit ` 1,43,590.00

General Rules & Direction:

1. Officer inviting Tender Group Director, CMG, SAC


2. Percentage on cost of materials 15 %
and labour to cover all overheads
and profits
3. Schedule of Rates (SOR) Electrical SOR 2010-11 & Market rate
REF: CLAUSE 1 OF GCC: PERFORMANCE GUARANTEE

(i) Time allowed for submission of 15 days


Performance Guarantee from the date of
issue of letter of acceptance

(ii) Maximum allowable extension beyond 15 days


the period provided in (i) above

REF: CLAUSE 2A OF GCC: COMPENSATION OF DELAY

Authority of fixing compensation under Director, SAC


clause 2A

REF: CLAUSE 5 OF GCC: TIME & EXTENSION FOR DELAY

Number of days from the date of issue of 15 days


letter of Acceptance for reckoning date of
start

Time allowed for execution of work Four Months

REF: CLAUSE 6 & 6A OF GCC: MEASUREMENT OF WORK DONE AND


COMPUTERIZED MEASUREMENT BOOK

Clause applicable: 6A

- 17 -
REF: CLAUSE 12 OF GCC: DEVIATIONS/ VARIATIONS, EXTENT AND PRICING

Deviation limit beyond which clause 12 shall apply

Deviation Limit 25%


For Superstructure Work
For Foundation Work 50%

REF: CLAUSE 16 OF GCC: ACTION IN CASE OF WORK NOT DONE AS PER


SPECIFICATION
Competent Authority for deciding reduced rates: Group Director, CMG / SAC

REF: CLAUSE 25 OF GCC: SETTLEMENT OF DISPUTES AND ARBITRATION


Law court of Jurisdiction: AHMEDABAD.

- 18 -
ANNEXURE - I
(Item No 1.0)

TECHNICAL SPECIFICATIONS

FOR PRIME POWER RATED 750 kVA LT DG SET

1. SCOPE OF WORK & EXCLUSIONS:


The scope of work shall include but not be limited to the supply, installation,
testing and commissioning of the following items. Including Foundation for DG Set.
The supplier shall study the requirements stipulated in the specification and also to
suit the site conditions and offer a complete system with guaranteed performance
under the severest operating conditions specified.
a. 1 No. 415V, 3-phase + Neutral, 750 kVA 1500 RPM, DG set with accessories as
specified.
b. Set mounted electronic engine control panel.
c. Radiator cooling system.
d. Exhaust piping including supports.
e. Thermal insulation for exhaust piping.
f. Exhaust stacks with steel supporting system.
g. Fuel piping.
h. Integral Acoustic enclosure.
i. Switchgear panel.
j. Obtaining approval of the installation from pollution control board and all other
statutory authorities.
k. Preparation of related schematic and GA drawings for DG installation exhausts
piping, fuel piping, ventilation system, acoustic enclosure, etc.
l. Co-ordination with other agencies to ensure timely completion.
m. Obtaining Diesel Engine manufacturer’s approval of the installation with specific
emphasis on alignment, exhaust & fuel piping and ventilation before
commissioning.
n. Testing and commissioning of the installation.
o. Housekeeping during the installation work and removal of debris & unwanted
materials on day-to-day basis and clearing the site on completion.
p. Any related work covering supply of installation materials, consumables, etc.
whether specified or not, to render the system fully functional and conforming to
the best engineering standards. This shall include battery charging.
q. Required Foundation for Dg set as per OEM recommendation.
r. Necessary trench and other associated civil work.

19
2. DIESEL ENGINE & ACCESSORIES

ENGINE
a. The diesel engines shall be of approved make, direct injection, four stroke,
multi cylinder, water cooled, radiator type, turbo charged, operating at a
nominal speed of 1500 rpm and capable of developing 890 BHP.
b. The engine and the governing system shall be suitable for Prime Power
generating application and shall conform to BS: 5514/ISO 3046. The unit shall
be suitable for operation on high-speed diesel oil available in Indian market.
c. The engine shall be electric start and shall be suitable for battery assisted
manual/auto starting.
d. The governing system of the engine shall be electronic type and suitable to
control frequency variation within + 3%
e. The engine fitments shall include but not be limited to the following.
i. Dry type air filter with clogged condition indicator.
ii. Cooling radiator.
iii. Fuel pump.
iv. Electronic governor.
v. Dual fuel filters with on line filter changing provision.
vi. Lube oil pump, oil cooler and filter.
vii. Turbo charger.
viii. 24V DC starter & battery charging alternator.
ix. Engine mounted electronic control panel to display the following engine
and electrical parameters:
a. Lube oil pressure indicator and temperature gauge.
b. Tachometer for speed indication with Watt-hour meter.
c. Battery charging Ammeter.
d. Starting switch with key.
e. Over speed stop switch with contacts.
f. High water temperature alarm & trip
x. Stainless steel flexible for engine exhaust.
xi. Stop solenoid.
f. The engine speed shall be regulated through an electronic governing system
which shall also provide the over speed protection. The governor shall ensure
that the speed of the set is regulated within 1% of the nominal speed under
normal operating conditions.
g. The DG set shall be capable of handling step load of 40 to 45 % of the
capacity without drooping due to voltage dips. Further the engine shall be
capable of taking full load within 10 seconds of starting.
h. All moving parts of the engine and other associated equipment shall be
provided with guards to prevent accidental contact. The guard shall be
designed to facilitate easy removal and reinstallation.

20
i. The engine supplied with first filling of oil of required quantity as
recommended by the manufacturers.

3. ACCESSORIES
The following accessories shall be supplied with the DG set.
a. Common base frame for the engine and alternator.
b. Anti-vibration mounts of requisite capacity
c. Residential Silencer.
d. Protective guards for all rotating parts.
e. Electric driven inbuilt lube oil priming pump.
f. Diesel tank of suitable capacity. Capacity fabricated out of 3mm thick
sheet steel including first filling of diesel. The tank shall be further
complete with overflow pipe, drain pipe, fuel level indicator, valves,
manhole with cover, low-level contact & alarm. Piping if required.
Batteries

The batteries shall be of heavy duty, high performance lead acid type. Each battery
shall be rated 12V. The number and AH capacity shall be selected to suit the engine
requirements.
Battery shall be suitable for six successive starting attempts each of 10 seconds
duration with a gap of 5 seconds between successive starts.
The battery shall be supplied complete with electrolyte and accessories. The
accessories shall include battery stand, battery leads with terminal ends acrylic top
cover and inter battery connectors.
Each battery is provided with a charger to charge the batteries when the set is not
running. The charger shall get disconnected while the generator set is running.
Alarms
The following alarms shall be provided in the DG control Panel to indicate & protect
against abnormal operations.

Condition Status Function


Low Oil Pressure 2 stage Alarm Engine Stop
High Water Temperature 2 stage Alarm Engine Stop
Over speed Alarm Engine Stop
Low Fuel Level Day tank Alarm
High Fuel Level Day tank Alarm
Earth fault on Alternator Alarm Engine Stop
Fail to start Alarm
Battery charger fault Alarm

Under conditions above ACB/ MCCB of alternator should trip.

21
On engine over speed, low lube oil pressure, High water temperature the prime
mover also should trip.

4. ALTERNATOR
1500 RPM, 415V, 3-Phase, 750 kVA, star connected, 50 Hz, 0.8 PF, horizontal foot
mounted, single bearing, separately excited, self-regulated, brush less, screen
protected drip proof, continuous duty alternator with class “H” insulation in IP-23
enclosure incorporating the following.
a. Continuous damper winding.
b. Pilot exciter.
c. 3 Phase sensing AVR with + 0.5%voltage regulation.
d. A neutral CT of adequate ratio and class for REF relay for DG Protection.
e. Separately mounted adapter box suitable for cable termination of size 4R x
3.5C x 300 sq. mm armoured Aluminium XLPE cable between alternator
terminals and adapter box.
4.1 The alternator shall further meet the following specifications.
a. The alternator shall conform to IS 4722/BS 2613.
b. The alternator shall be suitable for 20% over speed for two minutes.
c. The alternator shall be capable of carrying 50% overload for a duration of
one minute.
d. The alternator shall be capable of carrying 10% overloading for one hour in
any period of 12 hrs running.
e. The inertia constant shall be 0.26 second or above.
f. The alternator terminal voltage for any load variation should be maintained
within + 5%.
g. The prime mover response should be such that with 600 kW load throw
OFF/ON for the generator both transient and steady state frequency
variation should be within + 3%. The generator terminal voltage for this load
variation should be maintained with + 5%.
h. The field coil terminals shall be wired to terminal box for external speed
control.
i. Both ends of each phase winding shall be brought to the terminal box.
j. The alternator shall withstand a 3-phase short circuit at the terminals for a
period of 3 seconds.
k. The total harmonic distortion shall not exceed 3% and the design shall
permit up to 30% unbalance between phases while in operation.
5. METERING:
a. Multifunction meter capable of indicating voltage, current and power factor
b. Epoxy resin cast current transformer of appropriate class and burden for
metering and 5P10 class for protection.
6. PROTECTIONS:

22
a. 1 no. combined 3 element over current and earth fault relay with IDMTL
characteristics.
b. 1no. under voltage relay.
c. 1 no. over voltage relay.

7. PERFORMANCE:
With the integral acoustic enclosure, the sound pressure levels when measured at a
distance of 1m outside the DG enclosure louvers shall be not more than 75 dB (A)
under free field conditions.
8. DIMENSIONS :
The overall dimensions of the enclosure shall be such as to provide free
movement all around the DG set inside the enclosure. Two doors of adequate size
shall be provided on either side of the DG set to facilitate easy inspection and carry
out maintenance works.
9. PIPING & ACCESSORIES:
a. All accessories such as strainer, isolating valves, non-return valves etc.
shall be supplied as required based on approved piping layout drawings.
b. The piping schematic shall be submitted with the bid, which should include
supply, over flow return from engine & drain pipes.
c. The piping shall be painted with one coat of primer and two coats of
finishing paint of approved colour.

10. INSTALLATION :
The tenderer shall undertake the installation work at site. The general scope of
installation work shall include the following.
11. DIESEL GENERATOR SET
a. The assembled Diesel Generator set shall be installed in the container on anti-
vibration mounts. The unit shall be visually inspected for any transit damage.
b. The contractor shall arrange for the inspection of the set by the diesel engine
manufacturer’s authorized representative and obtain his approval before rolling
the set.
c. The fuel oil day tank shall be installed over the drip tray at the location
indicated.
d. The batteries shall be fully charged, installed and connected. Battery charger
shall be installed at AMF Panel/Near to DG Set for battery chargeing.

12. FUEL PIPING


a. The fuel piping shall include supply and installation of Class “B” MS pipes of
adequate size with necessary valves and accessories required for the supply
& return lines from day tank to the engines. The pipes shall be painted with
primer over which 2 coats approved colour paint shall be applied.

23
b. The joints in the line shall be properly sealed to avoid any leakage of fuel.

13. EXHAUST PIPING


a. The exhaust piping of 300mm dia shall be fabricated from 6mm ± 10% thick
as per IS 1161-1998 MS pipes.
b. The exhaust piping and the silencers shall be insulated using 50mm thick
mineral wool inside the container & up to the exhaust stack. The insulation
shall be cladded with 24 SWG aluminium sheet.
c. The exhaust pipe shall be supported using spring suspension supports.
d. The length of exhaust pipe shall be as per CPCB norms. The stacks shall be
welded at site and erected over the MS framework. The entire length
including the flanges, bolts and washers shall be aluminized inside and
outside to inhibit corrosion. A weather cowl shall be provided on top.
e. DG Exhaust Pipe shall be as per CPCB Norms & shall be supported on steel
Structure from floor level to end of pipe with necessary civil work. Civil work
is in the scope of Contract.
f. All tools and tackles used for the erection shall have valid safety certification.
14. ELECTRICAL INSTALLATION:
a. The contractor shall appoint an experienced full time engineer throughout
the installation period till the sets are handed over.
b. The contractor shall carry out the control cabling from the engine control
panel to the breakers in the main panel.
c. Connecting block with wiring diagram shall be provided in the DG Panel for
integrating with the EB Panel.

15.0 TESTING:

15.1 AT MANUFACTURER’S WORKS


The routine tests and full load test on Assemble (Engine & Alternator) shall be
carried out at manufacturer’s work in accordance with applicable Indian standards in
the presence of Department’s representative.
15.2 TESTING AT ‘OEA’s WORKS
Following tests shall be conducted at the assembler’s work in the presence of
Department representatives.
Trial run of the set and load testing including overloading conditions for continuous 4
hours or till satisfactory results have to be rendered in conformity with relevant
IS/BS. DG set shall be tested for continuous four hours which shall include
one hour overload test at 110%. All consumables like diesel, lubrication oil etc.,
and loads should be supplied by the contractor. Please note that the above tests are
pre-dispatch tests to be conducted at supplier’s works.
15.3 SITE TESTING

24
Following tests shall be conducted at site in the presence of the Department’s
representative before energisation. The contractor shall provide all testing
equipment, labour and consumables required for the testing.
a. Checking the alignment by engine manufacturer’s representative and obtaining
approval.
b. Insulation resistance test on alternator, control panel and cabling/Bus bar
trunking.
c. Checking the engine safeties for satisfactory operation.
d. Checking vibration levels.
e. Testing of individual protective devices on engine and alternator and ensuring
that the wiring is carried out properly.
f. Full load running for 12 hours continuously. All the readings shall be logged to
evaluate the fuel consumption, lube oil pressure, water & oil temperature vis-à-
vis the electrical load. Required artificial load like Strip heaters /Water load
etc have to be arranged by the vendor for the site testing of the DG Sets.
g. One-hour overload testing at 110% load shall be carried out at the end of the
full load trial.
h. The guaranteed specific fuel consumption shall not exceed 160 grams/BHP.
HR with a tolerance of + 5 %. The same shall be proved during the load trial.
i. The noise level at 1m from the enclosure and the temperature rise inside the
enclosure shall be measured.
j. Any deviation from the guaranteed parameters shall be made good and these
performance parameters should be measured once again till the required
results are achieved.
k. The DG set shall be deemed to be commissioned after satisfactory
performance of all associated equipment.

15. 4 TAKING OVER


The Department will take over the DG set for operation on completion of the
following:
a. DG set are installed, tested and commissioned as per the specifications.
b. Original test certificates are furnished for engine, alternator, acoustic
enclosure, centrifuge and all other bought out items.
c. Load trials are successfully conducted including the performance of acoustic
enclosure and ventilation fans.
d. Approvals are obtained from Pollution Control Board and Electrical
Inspectorate.
e. 6 sets of AS BUILT documentation, spare parts list, maintenance chart and
operation and maintenance manual are to be submitted.
f. The set shall be handed over with first fill of lube oil and day tanks full of
diesel oil along with spares mentioned. (After All Tests)

16. GUARANTEE

25
16.1 DG SET
The DG set and accessories shall be guaranteed for satisfactory operation for a
period of 24 months from the date of commissioning or 5000 running hours from the
date of supply whichever is earlier. Any defects noticed during this period shall be
rectified free of cost.
The supplier shall indicate the type of records to be maintained so that the warranty
claims if any are honoured by the manufacturer.
The design and installation of acoustic treatment shall ensure that the noise level at
1m from the DG at any point shall not exceed 75dBA / as per latest CPCB Norms
while operating the set at rated load.

17. DOCUMENTATION
As a part of the equipment supply, following documentation shall be furnished.
a. General arrangement plan of DG set.
b. Piping schematic diagram
c. Chimney fabrication drawing.
d. Layout of fuel and exhaust piping.
e. Layout and constructional details of acoustic treatment.
f. Calculations for ventilation system design.
g. Engine wiring diagram.
h. Test certificate for engine and alternator.
i. Installation, operation and maintenance instructions for diesel engine,
alternator.
j. Spare parts list.
k. Approval from Pollution Control Board.

18. SCHEDULE OF TECHNICAL PARTICULARS


All the installation shall fully conform to the requirement stipulated and the tests shall
be carried out as stipulated. Deviations if any shall be clearly brought out in the
tender.

26
TECHNICAL SPECIFICATION FOR ACOUSTIC ENCLOSURE

1. SCOPE OF SUPPLY:
Supply of containerized type Acoustic Enclosure each suitable for 750 kVA DG set
driven by radiator cooled diesel engine.
2. DESCRIPTION:
The acoustic enclosure shall be of free standing, floor mounting type integral
with the DG set. The enclosure shall be provided with rugged heavy-duty structural
steel base frame with chequered plate flooring on which the DG set is to be
mounted. The enclosure shall be prefabricated factory-built and modular in
construction, so that it can be easily assembled at site around the DG set. The
enclosure shall consist of acoustically treated panels housed in rugged steel frames,
which shall be bolted together to from the body of the enclosure. Doors shall be
provided, on either side, which shall also be acoustically treated, thereby providing
easy access to the DG set while minimizing the operating space requirements. The
construction of the acoustic enclosure shall be such that with both the acoustic doors
open on the either side, full access is available to the engine and alternator. For
fresh air inlet into the system a parallel baffle air inlet silencer shall be provided.
Additionally, to augment the fresh air inlet requirements, a forced air ventilation duct
with associated silencer shall be provided above the alternator. For hot air discharge,
an acoustic discharge plenum shall be provided in front of the engine radiator, for
discharge of hot air into the surroundings through a parallel baffle air outlet silencer.
The enclosure shall have suitable openings in the roof module for exhaust piping.
The acoustic enclosure shall comply with CPCB standards.
3. CONSTRUCTIONAL FEATURES:
a. The construction and design of the Acoustic enclosure shall be very rugged,
durable and shall be virtually maintenance free.
b. The acoustic panels shall be filled with a special grade high-density mineral
wool retained on the inside by perforated GI sheets specially designed for
optimum sound attenuation.
c. The outer surface of the Acoustic Panels shall be fabricated of performed 16G
corrugated CRCA sheet steel. All sheet steel frames shall be of 16G CRCA
sheets.
d. All materials used for Acoustic Enclosure shall be fire resistant/fire retardant
grade.
e. The sheet steel treatment shall consist of degreasing, de-rusting and
phosphating followed by two coats of zinc chromate primer, followed by two
coats of Zinpholite surface for superior corrosion resistance and two coats of
finish paint.
f. For effective Acoustic sealing, necessary gasket material shall be provided.
g. All hardware and fittings used shall be passivated with zinc.

27
4.0 PERFORMANCE:
The sound level at a distance of 1m from the enclosure shall not exceed 75 dB(A) /
as per latest CPCB Norms under free field conditions
5. DIMENSIONS:

It shall be ensured that adequate / sufficient clear space for maintenance is available
all around Gensets inside of the Acoustic Enclosure to ensure free air flow for the
Gensets as required and to facilitate accessibility for generator operation and routine
maintenance.
Two light points controlled by a switch complete with fluorescent Luminaries and
lamps shall be provided. Provision shall also be made for fixing a heat detector
inside the acoustic enclosure, which will be connected to the central fire alarm panel.
Necessary openings shall be made for the entry of power cable and control cables,
fuel piping, exhaust piping, air inlet pipe etc.
With the installation of the acoustic enclosure, there shall not be any de-rating of the
DG set. The maximum temperature of oil and water shall not exceed the limits
prescribed by the manufacturer of the engine. The DG set shall give rated output
continuously.
Note: Minor variations as per OEM standard are acceptable.

28
(Item No 1.0) Guaranteed Technical Particulars to be furnished by Tenderer-
Annexure-I

Sl. Tenderer’s Compliance


Description
No. 750 kVA DG
1 Source

2 Manufacturer

3 Engine

3.1 Engine Model

3.2 Engine Rating

3.3 Engine Power

a) Gross BHP

b) Net BHP

3.4 No. of Cylinders

3.5 Engine RPM

3.6 Aspiration

3.7 Type of Starting

3.8 Type of Fuel

3.9 Type of cooling

3.10 Recommended lube oil change

3.11 Over haul

3.12 Systems ( flow diagram is to be enclosed )

a) Governing arrangement

b) Cooling systems

c) Fuel

d) Lubrication

e) Exhaust

f) Air filtration, dry type/other type

29
h) Protection

Sl. Tenderer’s Compliance


Description
No. 750 kVA DG
3.13 Type of coupling

3.14 Type of silencer

3.15 Max. ambient temperature

3.16 Speed Regulation

3.17 Efficiency

3.18 Standard/optional accessories

3.19 Weight of the Engine

3.20 Engine Protections provided

3.21 Noise level at 1 m from the set

4 ALTERNATOR

4.1 Alternator Make

4.2 Alternator Rating ( Design )

4.3 Continuous output rating

4.4 Max. rating kW @ 0.8 PF

4.5 Harmonic distortion level

4.6 Rated Voltage

4.7 Full load current

4.8 Excitation

a) Excited voltage, DC volts

b) Excided current

4.9 Overload capacity

4.10 Voltage regulation

4.11 Accessories required

4.12 Degree of protection

30
4.13 Class of insulation

cSl. Tenderer’s Compliance


Description
No. 750 kVA DG
4.14 Weight of the Alternator

5 Protection considered

6 GENERAL

6.1 Erection

6.2 After sales service

6.3 Annual Maintenance Charge

6.4 Spares availability

6.5 Spares required for Engine & Alternator

6.6 Overall Dimensions

6.7 Weight of the total set

6.8 Foundation details

6.9 Operating cost

6.10 If any other requirements

7 ACOUSTIC ENCLOSURE

7.1 Dimensions

7.2 Sound level at 1 m from the enclosure

31
ANNEXURE – II

(For all Air-Circuit Breakers specified in the SOQ item no 2.0 )

TECHNICAL SPECIFICATIONS
AIR CIRCUIT BREAKER (ACB)

General
 All ACBs shall comply with standards IS 13947 (2) (with latest amendments) for
general rules.
Construction
 All ACBs shall be provided with micro logic control unit with in built provision of
comprehensive metering, relaying, protections, communication and control.
 All ACBs shall have minimum 2 NO + 2 NC auxiliary contacts free for use
 ACBs shall be electrically draw-out version (EDO) type. The racking handle of
the ACB shall be an integral part of the ACB. It shall not be possible to
remove/displace the handle from the ACB.
 ACBs shall be capable of manual operation.
 ACBs shall have mechanical contact wear indication facility.
 It shall be possible to fit accessories on ACB such as safety shutters, door
interlock, castle-key interlock etc. as per the requirement.
Electrical
 ACBs shall be suitable for operation on 3-phase, 690V, 50Hz ac supply and shall
have rated insulation voltage of 1000V AC.
 The circuit breakers shall have a minimum breaking capacity of Icu of 50kA rms.
The ACB capacity shall have Ics = 100% of Icu
 ACBs shall be installed with an under-voltage release suitable for operation on
415V as with built-in time delay to avoid nuisance tripping.
 The ACBs shall have no derating up to 50°C service temperature. The operating
mechanism shall be of the Open/Closed/Open stored-energy type.
 The closing time shall be less than or equal to 70 ms.
Trip Unit
 The trip unit of the ACB shall be microprocessor based. Static trip unit or thermal-
magnetic trip unit is not acceptable.
 The trip unit shall have overload, short circuit and earth fault protection.
 It shall be possible to upgrade the trip unit for additional protections or
communication capability etc. The trip unit shall be capable of supporting modern,
fast and open bus protocol like Profibus.
 The trip unit shall have facility to indicate fault with LED indications. The memory
of cause of fault shall be minimum of 48 hours.

32
 For incomer ACB, the trip unit shall have facility of built-in load management
metering functions and additional protection as mentioned below
 Restricted earth fault
 Overvoltage & under voltage
 Reverse power
 Over frequency and under frequency protection.
Interlock and safety arrangement
 The microprocessor control unit shall be equipped with a push to reset mechanical
indicator for antidumping function.
 It shall not be possible for the breaker to be switch ON until it is either in SERVICE
or TEST position.
 The breaker shall be capable of being racked into test or isolated position and kept
locked in any of these positions.
 It shall not be possible to withdraw the breaker when spring are charged
 It shall not be possible to insert the breaker racking handle when cubicle door is
open. It shall have interlock facility
 Safety shutters should be closed automatically when ACB is withdrawn
 OFF position pad-locking arrangement is required

2.7. Mechanical indicators


Mechanical indicators on the front panel of the power circuit breakers shall indicate
the following status conditions:
1. "ON" (main contacts closed) Spring charged
2. "ON" (main contacts closed) Spring discharged
3. "OFF" (main contacts open) Spring charged – circuit breaker ready to close
4. "OFF" (main contacts open) Spring charged – circuit breaker not ready to close
5. "OFF" (main contacts open) Spring discharged
3. Protection
 The microprocessor release shall be housed in separate enclosure and hence
shall be totally insulated with respect to the power circuit
 The microprocessor release shall measure the true rms values to make the
measurement free from the influence of harmonics. The trip time shall
preferably be within 30ms and the setting range shall cover the following:
 Overload - the rated current (Ir) adjustable from 0.4 to 1.0 times the nominal
current (In) with adjustable delay settings
 Short circuit - adjustable from 0.4 to 1.0 times the rated current (Ir) with time
delay setting range from instantaneous to 0.4s
 Instantaneous – adjustable from 2 times the nominal current (In) upto the circuit
breaker electrodynamics withstand. It should be possible to switch OFF the

33
instantaneous protection to enable total time discrimination upto the breaker
capacity
 Earth fault-adjustable threshold (0.2 to In) with time delay setting range from
100ms to 400ms
 Indication of type of fault (O/C, S/C or E/F) locally by LED is preferred
 Local over current pre-trip alarm is preferred by LED on microprocessor release
with two levels
1. Glowing steady when load current reaches 90% of rated current I r
2. Flashing when load current reaches 105% of rated current
 Thermal memory: the microprocessor release shall optimise the protection of
equipment or the circuit conductors in the event of repeated overloads or faults
by using thermal integration to memorize temperature loss
 Safety: internal overheating of microprocessor control unit shall be signalled by
self monitoring alarm
 The microprocessor release shall make it possible to have full discrimination
with downstream MCCBs
Accessories
 ACB shall be provided with following accessories, if specified in schedule of
quantities.
Further, these devices shall be field fittable from the front and common for all
ratings
 Under voltage
 Shunt-trip
 Closing coil
 Auxiliary contacts: 2 NO + 2 NC (provision for additional changeover switches
whenever required)
Testing
 Test certificate
 Original test certificate of ACB as per IS 13947-2/IEC 947-2 shall be provided
on request.

34
Item NO.2.0 Guaranteed Technical Particulars to be furnished by the Tenderers
ANNEXURE – II

Sl.
Particular Tenderer's Data/Confirmation
No
1 Name of Manufacturer (Make)
2 Type - Designation - Complete Model No. offered
3 Confirming Standard
4 No. of Poles
5 Rated Operational Voltage Ue
6 Rated Frequency
7 Rated Insulation Voltage Ui
8 Rated Impulse withstand voltage Uimp
9 Insulation level of the breaker
a) One minute dry withstand voltage (kV rms)
b) One minute wet withstand voltage (kV rms)
c) Impulse withstand test voltage (kV peak)
10 Temperature
a) Ambient temperatures used for design ºC
b) Maximum rise of temperature over ambient
temperature (10-a) for current rating (0C)
11 Rated continuous Current at 40°C
12 Making capacity (kA peak) Icm (at _______ voltage)
13 Rated service short circuit breaking capacity Ics
14 Rated Ultimate short circuit breaking capacity Icu
15 Rated Short time withstand current and short time delay
Icw for 1s
16 Utilization Category
17 Power loss at rated current, Watts
18 Breaker Closing Time ms
19 Breaker Opening Time ms
(a) On Fault
(b) With Rated current
20 Contact Resistance
21 Rated operating duty
22 Allowable No. Of Operations -cycle
a) Mechanical Operation
(without maintenance)
b) Electrical Operation
(without maintenance)
23 Maximum number of operations on fault without
inspection

35
Sl.
Particular Tenderer's Data/Confirmation
No
24 Suitability for Isolation and safety interlocks with TEST, Yes/No
SERVICE , ISOLATED position of the breaker
25 Rated control circuit voltage of control device
26 Conforming IP code
27 Pollution degree/Material group
28 CB Operation counter Provided as standard accessory Yes/No
29 Phase segregation barriers Provision available
a) Between upper & lower power connection Yes/No
b) Between phase Yes/No
30 Minimum clearance in air
a) Between phase (live parts) mm
b) Between live part and earth mm
c) Centre to centre distance between phase mm
31 No. of Auxiliary contact.
32 Provision of Under Voltage Release Yes/No
a) Sensing of the Under Voltage release
b) Setting range of the Under Voltage release
c) Closing interlock with U/V release
d) Other Features of the Under Voltage release
33 Interchangeability of Circuit Breaker
Should be Inter changeable with identical type and rating
without disturbing any wiring or contact configuration etc.
34 Operating mechanism
a) Stored energy type with operation by means of Yes/No
chargeable spring with geared motor and provision for
manual charging.
b) Shall be mechanically and electrically trip free, Yes/No
c) Shall be with a built-in anti-pumping feature or a Yes/No
separate antipumping relay.
35 Mechanical trip devices/Indications
a) Mechanical trip device available, specify.
b) Mechanical ‘ON-OFF’ indication and mechanical Yes/No
spring charged indication should be provided.
c) Clear ISOLATION/TEST/SERVICE positions shall be Yes/No
available and POSITION shall be visible on indicator
on ACB front.
36 2 NO & 2 NC contacts shall be provided for both service Yes/No
and test positions limit switches.

36
Sl.
Particular Tenderer's Data/Confirmation
No
37 Connection/disconnection mechanism/Interlocks
a) Shall prevent sliding of CB from SERVICE to TEST Yes/No
position or vice versa, unless the ACB is open/OFF.
b) Shall prevent closing of ACB, unless it is in SERVICE Yes/No
or TEST position.
c) Shall be possible to disconnect the breaker without Yes/No
having to open the door.
d) Shall prevent opening of the door unless ACB is Yes/No
in TEST or ISOLATE position.
e) Shall prevent sliding from TEST to SERVICE position, Yes/No
unless the door is closed.
38 Access to control circuit of circuit breaker from front side. Yes/No

39 Provision of Safety shutters Yes/No


40 Name plate indicating thermal rating, Breaking capacities Yes/No
Ics & Icu as well as short time withstands rating, Icw and
other details shall be as per IS.
41 Shall be fitted with detachable arc chutes on each pole Yes/No
design to permit rapid dispersion, cooling and extinction
of the arc. It should be possible to remove arc chutes
without using any tool and without removing the breaker
from panel.
42 Replaceability of arcing contact without replacing main Yes/No
contact and vice versa
43 Auxiliary Voltage for
a) Spring Charging Motor
b) Closing Coil
c) Shunt Trip Coil
44 Limits of Voltages for satisfactory operation of the
following devices as percentage of normal voltage
a) Spring Charge Motor
b) Closing Coil
c) Shunt Trip Coil
45 Spring Charging Motor Details
a) Rating.
b) Rated Voltage
c) Rated Current
d) Insulation Class
e) Spring Charging time
f) Maximum Temp. rise over specified ambient
46 Ambient Characteristics
a) Operating Temperature
b) Storage Temperature
c) Relative Humidity
Sl.
Particular Tenderer's Data/Confirmation
No

37
47 Overall Dimension

48 Document submitted
a) Type test reports (list of reports with date, rating of
equipments, testing authority etc.)
b) List of Schedules
c) List of Drawing
d) List of Manuals
e) Other furnished details
49 Any other function and features of the circuit breaker
offered
50 Any other related information to furnish
51 Guarantee/Warranty
a) Guarantee/Warranty
b) Period of Guarantee/Warranty
c) Terms and condition of the Guarantee/Warranty

38
(Item No 2.0) ANNEXURE – III
TECHNICAL SPECIFICATIONS
DG-AMF- PANEL
General
DG-AMF- Panel shall be with synchronising relay shall provide automatic as well as
manual functions for synchronising 750kVA DG sets. It shall monitor difference
between voltage/frequency of busbar and generator and actuate AVR/governor of
generator to bring the voltage/frequency difference within prescribed limits. The relay
shall be capable of operating in the following modes, which shall be selectable from
menu using keypad.
1) Auto
2) Manual
3) Test
4) Off
In AUTO mode, the correction of voltage and frequency shall be done automatically
after starting ‘SYNC’ command; circuit breaker shall be closed automatically after
taking into account, the circuit breaker closing delay. The circuit breaker contacts
shall close only when the phase difference is within 3 degrees and when the voltage
and frequency are within the specified band.
In MANUAL mode, the relay does not send correction signal to AVR/Governor to
bring the voltage/frequency within the set band. Correction of voltage/frequency
manual correction is to be carried out.
In TEST mode, relay shall perform all automatic function as in auto mode except
circuit breaker closing.
DG AMF Panel shall be provided with the following
 Earth Fault Relay Micro Processor based type
 Mains supply failure monitor (3 phase voltage sensing) Supply failure timer
 Restoration timer
 3 impulse automatic engine start/stop & failure to start lock out Generator
Voltage, current & Frequency sensing – RPM indication Battery voltage
sensing
 Selector switches & push buttons: Manual/Auto/Test Selector switch
Generator START/STOP
 Generator Breaker Close/Trip; Mains Breaker Close/Trip Indications:
 DG ON, DG Breaker ON; Mains Breaker On; Mains ON
 Compatible with PLC based Load Management System
Metering:
39
 Multifunction meter to measure Volts; Amps; Frequency Combined digital meter
for kVA, kW, PF
 Digital display type kWh meter
Solid state annunciator shall be provided with the following faults:-

FAULTS ALARM TRIP ANN.


Set fails to start   
Low lube oil pressure   
High water temp   
DG overload   
Earth fault   

Functional specification

Sl.
Parameter Specification
No.
1. Mode Auto In auto mode frequency control, voltage
control and CB control functions are all
automatic

2. Manual Manual mode allows the user to manually


adjust frequency and voltage. When the
voltages and frequencies are within band,
relay issues CB closing command.
3. Test Similar to auto mode except No CB
closing command. Test mode allows user
to verify the controlling action of relay
4. Display Default display Generator & Busbar voltage xxx.xv (RMS
function value). Generator and busbar frequency
xx.x Hz
Relay status: present processing of relay
5. Vie/edit View/set all parameters as described
parameters elsewhere in the specification. SET
function is protected by password.
6. Change Password can be modified. Protected by
password password

7. Load default Loads default parameters including


password and resets diagnostics
parameters

40
Performance specifications
Sl.
Parameter Specification
No.
1. Auxiliary supply 20V DC to 360V DC and
25V AC to 270V AC
2. Auxiliary supply burden 6 VA
3. Nominal Voltage 110V/80-150V
230V/180-260V
400V/340-460V
4. Tolerance in voltage measurement ± 1%
5. Tolerance in frequency measurement ± 0.5%
6. Rated frequency 50 Hz
7. Tolerance in phase difference measurement ± 1°

Note:
Any other items which are not considered under this specification, but are requested
for operating the DG set in sync/manual mode shall clearly be brought out in the
technical bid
Auto Mains Failure & Auto/manual synchronisation facility
Microprocessor/controller/relay based, selectable, settable, tested and proven,
reputed brand AMF facility along with synchronisation facility to be housed in single
cubicle panel with Electrolytic Tinned Copper Bus bar of rating 50kA/s, 1600 A, 4
POLE
 The AMF facility shall be capable of starting the engine in the event of Mains
failure/under voltage, overvoltage, single phasing, phase reversal and with
settable time delay with all necessary protections to close the three pole
contactors after ensuring the rated voltage, frequency and other parameters so
as to feed the DG power to connected loads. Similarly, the DG set shall be
switched off whenever Mains returns to normal and with settable time delay so
that normal power is fed to loads. All necessary logic, controls, protection,
indications and features shall be incorporated.
 The above AMF facility may be integrated in the same control panel with kW &
kVAR load sharing provision
 The panel shall include necessary overload, short circuit, earth fault and
reverse power protection, complete with necessary meters, CTs, Annunciation
windows. Between DG sets and sync panel cabling is proposed, along with
other required accessories in the AMF panel for DG supply and normal supply
 The panel shall be capable of horizontal expansion to include necessary
incomer, outgoing and bus coupler for contiguous facilities.
CONSTRUCTIONS:

41
The panels shall be:
 Of the metal enclosed, indoor, floor mounted free standing type. It shall be
made up of the requisite vertical section.
 Provide dust and damp protection, the degree of protection being IP 54.
 It shall be readily extensible on both sides by the addition of vertical sections
after removal of the end covers. Each vertical section shall comprise
i) A front framed structure rolled/folded sheet steel channel section of minimum
3 mm thick rigidly bolted together. This structure shall house the components
contributing to the major height of the equipment, such as circuit breaker
cassettes, fuse switch units, main horizontal bus bars, vertical risers and other
front mounted accessories.
ii) The structure shall be mounted on a rigid base frame of folded sheet steel of
minimum 3mm thick and 100mm height. The design shall ensure that the
weight of the components is adequately supported without deformation or loss
of alignment during transit or during operation.
iii) A cable chamber shall house the cable end connections of power/control
cable termination. The design shall be to ensure generous availability of
space for easy installation and maintenance of cabling, and adequate safety
for making in one vertical section without coming into accidental contact with
live parts in and adjacent sections.
iv) A cover plate at the top of the vertical section, provided with a ventilating hood
where necessary. Any aperture for ventilation shall be covered with a
perforated sheet having less than 1mm diameter perforated to prevent entry of
vermin.
v) Front and rear doors shall be fitted with nuts/bolts including neoprene gaskets
with fasteners designed to ensure proper compression of the gaskets. When
covers are provided in place of doors, generous overlap shall be assured
between sheet surfaces with closely spaced fasteners to preclude the entry of
dust. The height of the panel should not be more than 2400mm. The
maximum height of any operating mechanism shall not be more than
2100mm. The total depth should be adequate to cater for proper cabling
space.
vi) Doors and covers shall be of minimum 14 gauge sheet steel. All sheet steel
work forming the exteriors or switchboards shall be smoothly finished, levelled
and free from flaws. The corners should be rounded. The apparatus and
circuits in the power control panels shall be so arranged as to facilitate their
operation and maintenance and at the same time to ensure the necessary
degree of safety.
Apparatus forming part of the power control panels shall have the following minimum
clearances:

42
i) Between phases - 25 mm
ii) Between phases and neutral - 25 mm
iii) Between phases and earth - 25 mm
iv) Between neutral and earth - 19 mm
If for any reason, the above clearances are not available suitable insulation shall be
provided. Clearance shall be maintained during normal services conditions.
Creepage distances shall comply with relevant standards. All insulating materials
used in the construction of the equipment shall be arranged in multi-tier formation,
except that not more than two air circuit breakers shall be housed in a single vertical
section. Metallic/insulated barriers shall be provided within vertical sections and
between adjacent sections to ensure prevention of accidental contact with:
i) Main bus bars and vertical risers during operation, inspection or maintenance of
functional units and front mounted accessories.
ii) Cable termination of one functional units, where working of those of adjacent
unit/units.
All covers providing access to live power equipments/circuits shall be provided
with tool operated fasteners to prevent unauthorized access. Provision shall be
made for permanently earthing the frames and other metal parts of the switch
gear by two independent connections.
METAL TREATMENT AND FINISH:
All steel work used in the construction of the switchboards should have undergone a
rigorous metal treatment process as follows:
a) Effective cleaning by hot alkaline degreasing solution followed by cold water
rinsing to remove traces of alkaline solution.
b) Picking in dilute sulphuric acids to remove oxide scales and rust formation, if
any, followed by cold water rinsing to remove traces of acidic solution.
c) A recognized phosphating process to facilitate durable coating of the paint
on the metal surfaces and also to prevent the spread of rusting in the
event of paint film being mechanically damaged. This again, shall be
followed by hot water rinsing to remove traces of phosphate solution.
d) Passivating in de-oxalate solution to retain and augment the effects of
phosphating.
e) Drying with compressed air in a dust free atmosphere.
f) Primer coating, with two coats of highly corrosion resistant primer, applied wet
on stove dried under strictly controlled conditions of temperature and time.
g) A finishing coat of stoving with powder coating, conforming to the shade
specified in IS. The total thickness of paint should not be less than 25
microns.
BUSBARS

43
 The bus bars shall be air insulated and made of high conductivity, electrolytic
grade tinned Copper conductor. High tensile bolts and spring washers shall be
provided at all busbar joints.
 The Current density of each bus-bar shall be of 1 Amp per Sq.mm of cross
section.
 The main phase bus bars shall have continuous full current rating throughout the
length of each power control panel, and the neutral bus bars shall be of Full
sized Neutral conductor.
 Bus bars shall be colour coded for easy identification of individual phases and
neutral and protective earth.
 Current Transformer: Current transformer shall comply with the requirements of
IS 2705. They shall have ratios, outputs and accuracies as specified/required.
 Indicating/Integrating Meters: All indicating instruments shall be of flush
mounting multifunction, Digital meters, conforming to the requirements of latest
relevant IS Standards.
 Cable Termination: Cable entries and terminals shall be provided in the switch-
board to suit the number, type and size of Aluminium conductor, power cable
and copper conductor control cable specified in the detailed specifications.
 Provision shall be made for top or bottom entry of cables as required. Generous
size of cabling chambers shall be provided, with the position of cable glands and
terminals such that cables can be easily and safely terminated.
 Barriers or shrouds shall be provided to permit safe working at the terminals of
one circuit currents without accidentally touching that of another live circuit.
Cabling risers shall be adequately supported to withstand the effects of rates
short circuit currents without damage and without causing secondary faults.
Cable sockets shall be of copper and of the crimping type as specified.

44
CONTROL WIRING:
All control wiring shall be carried out with 1100/660V grade single core FRLS cables
conforming to latest relevant IS standards having standard copper conductor of
minimum 2.5 sq. mm section for potential circuits and 2.5 sq. mm section for
current transformer circuits. Wiring shall bear neatly bunched, adequately supported
and properly routed to allow for easy access and maintenance.
Wire shall be identified by numbered ferrules at each end. The ferrules shall be of
there in and of non- deteriorating materials. They shall be firmly located on each wire
so as to prevent free movement. All control circuit fuses shall be mounted in front of
the panel and shall be easily accessible.
TERMINAL BLOCKS:
Terminal blocks shall be of 660V grade of finger touch proof type. Insulating barriers
shall be provided between adjacent terminals.
LABELS:
Labels shall be on anodized aluminium, with white engraving on black background.
They shall be properly secured with fasteners.
TESTS:
Routine tests shall be conducted on each power control panel, conforming to
IS 8623 and conducted in presence of Dept. engineer. The inspections include:
i) Inspections of the power and control circuits including inspection
of wiring and electrical operational tests where necessary.
ii) Dielectric tests.
iii) Checking of protective measures and electrical continuity of the protective
circuits.
ERECTION:
The AMF- panel shall be installed using necessary bolts for grouting of panels. The
bidder shall furnish the drawings/templates if any required for grouting the foundation
of bolts.
In case the panels are transported in sections, the suppliers shall depute a person to
the site to properly connect the bus bars back in place.
All loading and unloading arrangements and transporting of panels to sites with
necessary plants/equipment and tools shall be part of the scope of work and all
required manpower shall also be provided by supplier for unloading of panels in
panel room at site.
PRE-COMMISSION TESTS:
 Panels shall be commissioned only after the successful completion of the
following tests. The tests shall be carried in the presence of Dept Engineer.
 All main and auxiliary bus bar connections shall be checked and tightened. All
wiring terminations and bus bars joints shall be checked and tightened.

45
 Wiring shall be checked to ensure that it is according to the drawings. All wiring
shall be tested for insulation resistance by a 1000V insulation resistance tester of
Megger make.
 Phase rotation tests shall be conducted.
 Suitable injection tests shall be applied to all the measuring instruments to
establish the correctness and accuracy of calibration and working order.
 All relay and protective devices shall be tested for correctness of settings and
operation by introducing a current generator and ammeter in the circuit.

46
LIST OF APPROVED MAKES FOR ELECTRICAL WORKS

Sl.No. Items/ Products Name of Brand / Make

LAPP INDIA FINOLEX GLOSTER ANCHOR KUNDAN CAB DARSHAN PLUS

RAJNIGANDHA
1 PVC Wires POLYCAB STANDARD RALLISON EON MYSOCABLES CABLE

V-GUARD RR-KABEL AVOCAB Q-FLEX RHINO L&T

LEGRAND ABB CRABTREE GELCO LISHA NORTH-WEST


ROMA (ANCHOR) FINOSWITCH
Modular Switches STANDARD L&T LITASKI (FINOLEX) TOYAMA
2 &
5A/15A Sockets SCHNEIDER HAGER MK VEGA KOLORS EON

SALZER

NORTH- BCH-
Sockets & Plugs (with ABB MENNEKES LEGRAND HAVELLS WEST ELECTRIC
3 Polycarbonate/FRP/
BEST & CROMPTON
Metal Clad Body) SCHNEIDER HENSEL STANDARD CYCLO CROMPTON GREAVES

LEGRAND STANDARD CRABTREE GELCO LISHA NORTH-WEST

ROMA FINOSWITCH RIDER


ABB L&T (ANCHOR) TOYAMA (FINOLEX) (ANCHOR)
Modular Electronic Fan
4
Regulators CROMPTON
SCHNEIDER HAGER MK VEGA GREAVES KOLORS

EON LITASKI SALZER

ENDO LIGHTING
PHILIPS OSRAM LIGHTING IGUZZINI JAQUAR TECHNOLOGIES
5 Light fittings (Indoor)#
CROMPTON
WIPRO TRILUX BAJAJ SURYA HAVELLS GREAVES

6 ENDO
PHILIPS OSRAM BAJAJ IGUZZINI SCHRÉDER LIGHTING

LIGHTING
WIPRO TRILUX K-LITE SURYA HAVELLS TECHNOLOGIES
Light fittings (Outdoor
applications only)#
HALONIX JAQUAR

# LEDs SHALL BE OF NICHIA, CREE, OSRAM, PHILIPS LUMILEDS, CITIZEN & SEOUL SEMICONDUCTORS
MAKE ONLY

Decorative/Special TRANSRAIL
7 Streetlight Pole BAJAJ ASTER K-LITE
LIGHTING

SUMIP
8 FRP/GRP Poles COMPOSITES
BAJAJ

PHILIPS OSRAM WIPRO SURYA BAJAJ HAVELLS


Lamps, Controlgears &
9
accessories CROMPTON
GREAVES

Lighting Management
10 System
SCHNEIDER LUTRON PHILIPS
HONEYWELL WIPRO

11 Lighting Control Sensor HONEYWELL SCHNEIDER LUTRON


WIPRO PHILIPS LEGRAND
Solar Streetlight
12 PHILIPS BAJAJ TATA POWER ANY MNRE APPROVED VENDOR IN CURRENT YEAR
(Standalone)

Emergency Light Fittings


13 with PHILIPS BPL EVEREADY WIPRO
self-contained Batteries

47
Sl.No. Items/ Products Name of Brand / Make

BCH-
LEGRAND L&T HAGER ELECTRIC THEBEN SIEMENS
Electronic time switch,
14
Time delay relay, Timer GE POWER
SCHNEIDER CONTROLS ABB HAVELLS

USHA ORIENT KHAITAN BAJAJ HAVELLS RALLIFAN


Ceiling Fans
15 a
(Star Rated) CROMPTON
GREAVES

VERSA
15 b BLDC Ceiling Fans DRIVES

USHA ORIENT KHAITAN BAJAJ HAVELLS RALLIFAN


Wall mounted / Pedestal
16
Fans CROMPTON
GREAVES

CROMPTON
USHA KHAITAN POLAR EPC GREAVES V-GUARD
17 Exhaust Fans
CATA-C
ORIENT

CROMPTON
18 Air Circulators ALMONARD KHAITAN EPC BAJAJ GREAVES

Flameproof luminaires
SUDHIR
19 (Including LED) & BALIGA FCG STAHL FLEXPRO BAJAJ
SWITCHGEAR
Control gears

Flameproof Switchgear & SUDHIR


20 BALIGA FCG STAHL FLEXPRO
SWITCHGEAR
Accessories

AO SMITH JAQUAR RACOLD V-GUARD VENUS USHA


21 Geysers (Star Rated)
CROMPTON
JOHNSON REMSON GREAVES

GE POWER C&S
L&T SIEMENS CONTROLS ELECTRIC HAVELLS INDO ASIAN
22 HRC Fuses
CROMPTON
GREAVES STANDARD

GE POWER
L&T SIEMENS ABB CONTROLS HAVELLS STANDARD
HRC Fuse Base &
23
Carriers
SCHNEIDER

GE POWER
L&T SIEMENS ABB HPL INDO-ASIAN CONTROLS
MV Switch fuse units &
24 C&S
Isolators up to 250A
ELECTRIC HAVELLS SCHNEIDER STANDARD

MV Switch Fuse Units & GE POWER


25 L&T SIEMENS ABB SCHNEIDER
Isolators of all ratings CONTROLS

GE POWER
L&T SIEMENS SCHNEIDER HPL INDO-ASIAN
CONTROLS
Changeover
26
Switches C&S
ELECTRIC STANDARD HAVELLS

48
Sl.No. Items/ Products Name of Brand / Make e

LEGRAND SCHNEIDER ABB GE INDO ASIAN SAFELINE

Miniature Circuit
27 Breakers (MCBs) & L&T HAVELLS HPL STANDARD NORTH-WEST HAGER
Distribution Boards
C&S ELECTRIC
SIEMENS

LEGRAND SCHNEIDER ABB GE L&T INDO ASIAN

Earth Leakage Circuit


28 SIEMENS HAVELLS HPL STANDARD NORTH-WEST SAFELINE
Breakers (RCBO/RCCBs)
C&S ELECTRIC
HAGER

SCHNEIDER L&T LEGRAND HAVELLS STANDARD C&S ELECTRIC


Moulded Case Circuit
29 Breakers (MCCBs) up to
400A ABB SIEMENS

Moulded Case Circuit


30 SCHNEIDER L&T ABB LEGRAND SIEMENS GE
Breakers of all ratings

OBO
BETTERMANN LEGRAND SCHNEIDER SIEMENS ABB ERICO
Surge Protection Devices
31
(SPDs)
DEHN

SCHNEIDER L&T ABB SIEMENS GE C&S ELECTRIC


LT Air Circuit Breaker
32
(ACB)
LEGRAND

EASUN REYROLLE ANDREW


SCHNEIDER L&T ABB SIEMENS YULE
11kV Vacuum Circuit
33
Breakers (VCB) CROMPTON
MEI BHEL GREAVES

ECE
PETE- BHARAT INDUSTRIES
SCHNEIDER ESSENAR KEL
HAMMOND BIJLEE LTD.
Transformers
34
(Oil-cooled) CROMPTON VOLTAMP
KAVIKA GREAVES

Transformer (Resin Cast,


35 BHEL VOLTAMP
Dry type)

FR3 Natural Ester


36 Transformer oil CARGILL

NEUTRONICS
LT Current/Voltage KAPPA AUTOMATIC MANUFACTURING
37 NIPPEN PARAS INTRANS
ELECTRICALS ELECTRIC (AE)
Transformer COMPANY

KAPPA ELECTRICALS AUTOMATIC


SCHNEIDER INTRANS PARAS MEI ELECTRIC (AE)
HT Current /Voltage
38
Transformer
VOLTAMP

49
Automatic Voltage
Regulators (AVR) / Servo- AUTOMATIC
39 ELECTRIC (AE)
SERVOMAX
Controlled Voltage
Stabilizers (SCVS)

VOLVO
40 Diesel Engine for DG sets CUMMINS PERKINS CATERPILLER MTU
PENTA

Sl.No. Items/ Products Name of Brand / Makee

STAMFORD- LEROY CROMPTON


41 LT Alternators for DG sets SOMER
AVK GREAVES

CROMPTON
HT Alternators for DG STAMFORD- LEROY GREAVES
42 TDPS
SOMER
sets AVK

DG Set Controller for


43 Synchronising Panel
WOODWARD BERNINI DIOF

UNISTAR GLOSTER POLYCAB HAVELLS RPG CCI


44 Armoured HT power cable
(PVC & XLPE)

TORRENT KEI FINOLEX

UNISTAR GLOSTER POLYCAB HAVELLS RPG CCI

TORRENT KEI FINOLEX RHINO RAVIN BONLON

Armoured LT power cable THERMO


45 VICCO SINCO TERA CABLES UNICAB V-GUARD
(PVC & XLPE)
CRYSTAL
RALLISON AVOCAB CABLES ELKAY GEMSCAB INDOCAB

CORDS
CABLE INSUCON

Armoured/ Unarmoured LAPP GLOSTER POLYCAB HAVELLS UNISTAR RPG


control cable (PVC &
46
XLPE) & special purpose ADVANCE
cables CCI TORRENT FINOLEX RALLISON CABLES

POLYCAB HAVELLS RPG FINOLEX GEMSCAB UNICAB

Armoured/ THERMO
47 Unarmoured Telephone V-GUARD CABLES ELKAY SINCO VICCO LAPP INDIA
Cable
ADVANCE CORDS
CABLE CABLE

Heat /Cold Shrinkable M-SEAL


48 RAYCHEM MULTI PRESSINGS
Joint Kits (HT & LT) (3M)
GEE SEAL

Double Walled
REX POLYEXTR-
49 Corrugated HDPE Pipes GAMSON DURA-LINE
USIONS
(for UG Cables)

Fire Resistant Coating


50 VIPER STANVAC HILTI
(FRC)

SCHNEIDER EPCOS L&T UNISTAR SIEMENS ABB


LT Power
51
Capacitors KHATAU ASIAN CROMPTON
JUNKER POWER SPRAGUE GREAVES

50
Automatic Power factor POWER
52 SCHNEIDER L&T BELUK
MONITOR
PROK DV’s EPCOS
Correction (APFC) Relay

CG
L&T SCHNEIDER MECO NEUTRONICS NIPPEN SCHLUMBERGER
Measuring Instruments
(Analog & Digital meters, AUTOMATIC
53 ELMEASURE RISHAB KRYKARD CIRCUTOR RIKEN ELECTRIC (AE)
Data Loggers & Event
Recorders)
SATEC SECURE

Sl.No. Items/ Products Name of Brand / Make e

REMCO CAPITAL POWER


SCHNEIDER L&T JYOTI LEGRAND (BHEL) SYSTEMS

Single & Three phase


54 SIEMENS ECE PROK DV’s CIRCUTOR NIPPEN SATEC
Energy Meters

SECURE

C&S ELECTRIC CROMPTON BCH-


L&T ABB SIEMENS GREAVES ELECTRIC
Air-break Power / Control
55
Contactors
GE SCHNEIDER

CROMPTON BCH-
TEKNIC ABB L&T SIEMENS GREAVES ELECTRIC
Push-Button Stations,
Key Actuators, Rotary C&S GE POWER
56 Switches, Toggle SCHNEIDER KAYCEE JAY JAINSON ELECTRIC CONTROLS
Switches, Indicators,
Selector Switch
VAISHNAV

CROMPTON
ABB GE SIEMENS KIRLOSKAR GREAVES JYOTI

57 Electric Motors LAXMI


BHARAT HYDRAULICS
NGEF
BIJLEE (LHP)

BCH- GE POWER
L&T ABB SIEMENS SCHNEIDER ELECTRIC CONTROLS
58 Starters
CROMPTON
CONTROLS

ALLEN- CROMPTON
59 Soft Starters ABB SCHNEIDER SIEMENS
BRADLEY CONTROLS

LANDIS &
ABB SIEMENS SCHNEIDER DANFOSS NELCO STAEFA
60 Variable Speed Drives
HITACHI VERTIV

EASUN
Protective Relays ABB SIEMENS L&T JYOTI ALIND REYROLLE
61 (Electro mechanic &
C&S ELECTRIC
Numeric) SCHNEIDER PROK DV’s

MORLEY
RAVEL SECUTRON HONEYWELL HOCHIKI NOTIFIER
(HONEYWELL)
Fire Alarm/Smoke
Detection System & THORN SECURITY
62 SIEMENS ZITON EDWARD TELEFIRE SIMPLEX
Control Panels (FACP) &
Aspiration System
SCHRACK
GST (UTC) SECONET FFE LTD.

51
Flame proof Detection
63 FFE LTD.
system

Gas Detectors, Gas


64 Monitoring System SUBTRONICS CROWCON AMBETRONICS

Cable Management OBO


65 BETTERMANN
LEGRAND MK CENTAUR EUBIQ
System

66 a UPS (of all ratings) VERTIV APC RIELLO PILLER EPI SOCOMEC

SOCOMEC VERTIV APC PILLER EPI NUMERIC


UPS (of rating up to 80
66 b
kVA)
RIELLO

Sl. No. Items/ Products Name of Brand / Make

SOCOMEC VERTIV APC PILLER EPI NUMERIC

CONSUL-
UPS (of rating up to 30
66 c RIELLO APLAB GE EATON NEOWATT KELTRON
kVA) & Inverters
TECHSER
POWER

SOCOMEC VERTIV APC PILLER EPI NUMERIC

UPS (of rating up to 10 CONSUL-


66 d RIELLO APLAB GE EATON NEOWATT KELTRON
kVA) & Inverters

TECHSER
POWER ONE ENERTEC DUBAS
POWER

Modular UPS (of rating up


67 a VERTIV APC RIELLO SOCOMEC
to 80 kVA)

Modular UPS (of all rating)


67 b VERTIV APC RIELLO SOCOMEC

Solar Inverter / Solar OPTIMAL POWER


68 DELTA REFUSOL KACO SMA
Hybrid UPS SYNERGY (OPS)

ECE INDUSTRIES
VERTIV PILLER ESSENAR SOCOMEC APC
LTD.

69 Isolation Transformers BHARAT AUTOMATIC


RIELLO APLAB BIJLEE SCHNEIDER ELECTRIC (AE) VOLTAMP

NUMERIC

70 a Batteries: SMF EXIDE


AMCO PANASONIC AMARA RAJA SONNENSCHEIN

70 b Batteries: Non-SMF EXIDE


AMCO PANASONIC AMARA RAJA

71 Electrical Bus Ducts ALL APPROVED LT PANEL MANUFACTURERS

Thermoplastic
BCH- PYROTECH
(Polycarbonate/FRP) / HENSEL SPELSBERG ABB DEVI POLYMER
ELECTRIC ELECTRONICS
72 Steel Switch box /
Junction Box &
PUSTRON SAFYBOX SINTEX
Distribution Boards

52
Cable trays CABLOFIL SUMIP COMPOSITES
(PVC, FRP & GI) SINTEX L&T PROFAB (LEGRAND) OBO BETTERMANN
73
PATNY
INDIANA SYSTEMS

Sandwiched Busbar
74 Trunking System SCHNEIDER LEGRAND
GE ENERGY L&T C&S ELECTRIC
OBO
Lightning Protection BETTERMANN
75 DEHN ERICO
Accessories

76 Unitised/ Package
Substation* ABB SCHNEIDER
SIEMENS PETE VOLTAMP

*WITH APPROVED MAKES OF HT, LT BREAKERS & TRANSFORMERS

TATA RUBBER
Shock-Proof Insulation
77 SAFEVOLT STANVAC
Mat & Paint
ELECTROMATHILTI
CORPORATION

78 Fire Stop Products 3M HILTI

Maintenance-free
earthing kit with solid
earth electrode & Earth OBO
79 BETTERMANN
TEREC (SGI) ERICO (GEM)
Enhancing Compound

LORESS ASHLOK JMV LPS


Photoluminescent PROLITE
80 Signages 3M SAFEX AUTOGLO

VERTIV APC RIELLO PILLER EPI SOCOMEC


Automatic Transfer
81
Switch (ATS)
GE L&T

VERTIV APC RIELLO PILLER EPI SOCOMEC


Static Transfer Switch
82
(STS) GE

53
LIST OF APPROVED LT PANEL MANUFACTURERS

CATEGORY ‘A’ (LT PANELS UPTO & INCLUDING 630 A)

Sl.
Name & Address of the firm Contact Details
No.
1. M/s. Astek Electricals Mob : 099135 55222, 099139 66222
202-204, Unity Industrial Estate, e-mail : info@astekelectricals.com
Gate No.2, CNG Pump Gali,
Opp. DGVCL Office, Nr. Batliboi, Bhestan,
Surat-395 023
2. M/s. Blue - volt services Fax : 080-23586187
#35, 13th Main, Vrushabhavathi nagar, e-mail : raj_blue@yahoo.com
Kamakshipalya, Bengaluru – 560 079
3. M/s. Brite Engineering Control Switchgears Ph : 080 – 23452673
Pvt. Ltd. Fax : 080 - 23451241
No. 5, 8 & 9, MES Road, Sharadamba Nagar, Mob : 99000 36715/36712
Jalahalli Industrial Area, Bengaluru – 560 013. e-mail : sales@briteengineering.net
Web : www.briteengineering.net
4. M/s. Delta Control Systems
No.63/3, 5th Cross, 1st Main Road,
Aswathnagar, Srigandadakavalu,
Sunkadakatte, Bengaluru – 560 091
5. M/s. Imperial Engineering Company No. 1634, Ph : 0484-4055550, 2336570
Imperial House, K.K. Road, Cochin - 682 017. Mob : 9447764256
6. M/s. Karaavali Switchgears
C-42, Industrial Estate, Bikampady, Mangaluru,
Karnataka – 575 011
7. M/s. Kasa Anlagen India Pvt. Ltd. Ph : 044-42926600 - 6699, 24780154/
18, SIDCO Industrial Estate, 1533
Thirumudivakkam, Chromepet, Fax : 42926690
Chennai - 600 044. e-mail : sales@kasaanlagen.com
8. M/s. Om Electromech, Tele/Fax : 079-22901128
285 Road No. 3, Kathwada G.I.D.C., Kathwada, Mob : 9228850290/9228495902
Ahmedabad – 382 430 e-mail:om_electromech2007@yahoo.com
9. M/s. System Infotech
Unit-2, No.165, 10th Main Road, 3rd Phase,
Peenya Industrial Area, Bengaluru – 560 058.
10. M/s. V.V. Systems & Power Panels Ph : 080-28536596, 64506306
Pvt. Ltd. Fax : 080-28536551
No. 8, Survey No. 128, Machohalli Gate, Mob : 9964067914 / 915
Magadi Main Road, Machohalli, e-mail : vvsystems@vsnl.net
Bangalore - 560 091 vvsystems08@dataone.in
11. M/s. Vijayalekshmi Engineering, Ph : 0471-2280180,
Kollode P.O., Anthiyoorkonam, Mob : 9847395886
Thiruvananthapuram - 695 571 e-mail : pradeep.view@gmail.com
Web : ww.vijayalekshmiengineering.com
12. M/s. Usha Electricals Ph : 079-25893085
No.57/10, Phase I, GIDC Estate Tele/Fax : 079-25834479
(Near Kiran Bus stop), Vatva, Ahmedabad – 382 e-mail : info@ushaelectricals.com
445. sales@ushaelectricals.com
Web : www.ushaelectricals.com

54
CATEGORY ‘B’ (LT PANELS OF ALL RATINGS)

Sl.
Name & Address of the firm Contact Details
No.
1. M/s Adlec Power Pvt. Ltd. Ph : 011-45585064-65-66 Mob :
Delhi-Rohtak Road, Decora Station Road, 09811048701/9811885762 e-mail :
Behind IUP Jindal, Rohad Distt, sanjay.surana@adlecpower.com
Jhajar-124 501 (HR) sanjay.sharma@adlecpower.com
Web : www.adlecpower.com
2. M/s. Babuchand Controls, Ph : 0484-2376238 Fax : 0484-2375159
No. 62/1951, 1st Floor, Geetha Mandir, e-mail : babuchandcochin@gmail.com
Nettipadam Cross Road, Kochi – 682 016.
3. M/s. Bhopal Switch Gears Pvt. Ltd. Plot No. Ph : 0755-2581316/2580562
29/30, Sector 'E', Industrial Area, Govindpura, Fax : 0755-2781726
Bhopal – 462 023.
4. M/s. Caterpiller Electric Pvt. Ltd, Ph : 011-45719934/25436445
A-24,71/7,Rama Road Industrial Tele/Fax : 011-25436446
Area, Near Kirti Nagar Metro Station, Mob : 9868871848/9990638888
Newdelhi-110 015 e-mail : cepldli@yahoo.co.in
5. M/s Conqurent Control Systems Pvt. Ltd. Ph : 011-43568604/05/06
62B, Rani Jhansi Road, Mob : 09899695910/9212330857
Near Jhandewalan Mandir, e-mail : info@conquerent.in
New Delhi - 110 055 mktg@conquerent.in
Web : www.madhugroup.com
6. M/s. Dynamic Panels & Controls Pvt. Ltd, Ph : 044-32464645
No.1/255A, Indira Nagar Main Road, Tele/Fax : 044-22520124
Manapakkam, Chennai – 600 125 Mob : 09884053636/9940053636
e-mail:
dynamicpanels.control@gmail.com
7. M/s. Electro Allied Products, Ph : 0332467-07970798
260, Mahatma Gandhi Road, Ramachandrapur Fax : 033-2467-0798 Mob : 9830116243
(Joka) Kolkata-7000104 e-mail : sales@eapinida.com,
Web : www.eapindia.com mv@eapindia.com
8. M/s. EMCO Switchgears Pvt. Ltd. Ph : 0172-2640349, 6540660-70
No.210, Industrial Area, Phase – I Fax : 0172-2650443 Mob : 9872617674
Chandigarh – 160 002 e-mail : info@emcoswitchgears.com
Web : ww.emcoswitchgears.com
9. M/s. Engineers & Engineers (Electricals) Pvt. Ph : 0141-2395410-11 2397415 Fax :
Ltd. 0141-2399012
G1-175, RITCO Indl. Area, Mansarovar, Mob : 9413333412-14
Jaipur – 302 020 e-mail : ee@engineersandengineers.com
www.engineersandengineers.com
10. M/s. Harita Industries, Ph :
No.406, Shalini Towers, North Kamala Nagar, Mob : 09989666693/ 9989663332
ECIL Hyderabad – 500 062.
11. M/s. Intrelec, Ph : 022-66309995/6
64-A,Nariman Bhavan, Mumbai-00 021.
12. M/s. K. Dhandapani & Co. No. C-20, Industrial Ph : 044-22500569/29/30 43507370
Estate, Guindy, Chennai - 600032. e-mail : kdltrd@gmail.com
Web : www.kdhandapani.biz che@kdhandapani.com
kdlmfg@gmail.com

55
Sl.
Name & Address of the firm Contact Details
No.
13. M/s Krishna Energy Pvt. Ltd. Tele/Fax : 044-42852092/93
184/2, SIDCO Ind. Estate, Thirumudivakkam, e-mail : info@krishnaenergy.net
Chennai-600 044
14. M/s. Leela Electric Ph : 0485-2272351, 2273651
Pampakuda, Ernakulam – 686 667 Kerala Fax : 0485-2273751
15. M/s. Load Controls India Pvt. Ltd Tele/Fax : 080-30033800 (100lines)
No. 1, 2 & 3, Survey No.105, Vttrai Road, Mob : 09980194580
K. Aswath Industrial Layout, e-mail : modular@loadcontrols.net
Off. Kanakapura Road, Kaggalipura, Bangalore
– 560 082.
16. M/s Lotus Powergear Pvt. Ltd. Ph : 080 43549000, 26660528
12/13 km, Kanakapura Road, Fax : 080 26663067
Doddakallasandra, e-mail : contact@lotuspowergear.co.in
Bengaluru-560 062
17. M/s. Novateur Electrical & Digital Systems Ph : 0120 3058129
Pvt. Ltd. (INDOASIAN) Tel : 0120 3853000
51 kms, G.T. Road, Murthal, Haryana Fax : 0120 385 3002
Corp Office : B-24, Phase -II
Noida-201 305 UP
18. M/s. Peaton Electrical Company, Ph : 079-27458401/02/03
309, Atlantis Enclave, Subash Chowk, Gurukul Fax : 079-27458404
Road, Ahmedabad e-mail : office@grouppower.org
Works : 228, GIDC Talod, Sabarkantha Gujrat. Web : www.grouppower.org
19. M/s. Power Control Equipments, Ph : 08026662265/2266/2435/2433
No.37/2/Gowdanapalaya, Subramanyapura Main Fax : 080-26664010
Road, Mob : 09880007435
Bengaluru-560 061 e-mail : info@power control.in

20. M/s. Power Tech (H) P. Ltd. Ph : 040-23045053/ 23042900


Plot No.9, M.I.E, Miyapur, Hyderabad – 500 Fax : 040-23045375
049. Mob : 9848034934/9849415207
e-mail : powertech_h@yahoo.com
21. M/s. Sanjay Technical Services Pvt. Ltd. Ph : 040-23095558, 23091217
D-38, Phase V (EXTN), IDA, Jeedimetla, Fax : 040 23091222 e-mail :
Hyderabad-500 055 stspl@sifty.com
sanjaytechnical@gmail.com
22. M/s. Savitru Engineering Enterprises Ph : 040-23197763
No. 053/772/A Rami Reddy Nagar, Phase-V, Mob : +91-9849029128
Extn, IDA Jeedimetla, Hyderabad – 500 055
23. M/s. Shivshakti Engineers Ph : 079-65449502, 65214151
Plot No. 450, Road No. 11, Kathwada, GIDC, Fax : 079-65449502 Mob : 9909914288
Kathwada, Odhav, Ahmedabad – 382 415 e-mail : shivshakti450@gmail.com
shivshakticm@gmail.com
24. M/s. SPC Electrotech Pvt. Ltd. Ph : 011-26664988-89, 8338-39
Plot No 62, Sourabh Vihar, Fax : 011-26660688
Near Peerbaba, Jaipur, Badarpur, Mob : 09811166868/9873848270
New Delhi – 110 044 e-mail : spc@spcelectrotech.com
Web : spcelectrotech.com

56
Sl.
Name & Address of the firm Contact Details
No.
25. M/s Swati Switchgears India, Tele/Fax : 0217-645195/645196/645637
36, Subhalaxmi Ind. Estate, VIII, Moraiya, e-mail : elecpnl@swatiswitchgears.com
Sarkhej-Babala Highway, Near Changodar,
Ahmedabad-382 210
26. M/s. Tenco Systems & Switchgears Pvt. Ltd Ph : 0731-2321065, 4249071
Tenco Enclave, 931-Bijalpur Mob : +91-9826719220, 9425054725
(Near Narmada Pumping Station) Indore (M.P.) e-mail : tencosystems@gmail.com
– 452 012.
27. M/s. Vee Vee Controls Pvt. Ltd. Ph : 080-28394587 28379161/ 62/
Plot No. L3 & 4, 9th Cross, I stage 41272030/40/50 Fax : 080-28397316
Peenya Industrial Estate e-mail : info@veeveecontrols.com
Bangalore 560 058
28. M/s. Venkat Switchgears Ph : 080-23722274, 28377899
No.150, 10th Main, 3rd Phase, Peenya Industrial Fax : 080 - 26374118
Area, Bengaluru 560 058 Mob : 9448354274, 9844021560
e-mail : venkaswitchgears@gmail.com
29. M/s. Vijaya jothi Engg. Services Ph : 044-25551963, 32924217
No. 9, 2nd Cross Street, Tele/Fax : 044-25551963
Harbour Colony, Kodungaiyur, e-mail : vijayajothi@eth.net
Chennai – 600 118 Web : www.vijayajothi.in

30. M/s. Yalavarthi Engg. Pvt. Ltd. Ph : 040-23110996/40059348


Plot No. 1-109/21, near RTA Office, kondapur, Mob : +91-8455246348, 9502933338
Hyderabad 500 084. e-mail : info@yalavarti.com,
Factory : Plot no. 8&9(B)/2, Bandlaguda info@yepl@gmail.com,
Village, Patancheru, Phase -1, IDA, Medak Web : www.yepl.biz

57
Annexure- I
CHECK LIST TO BE FILLED BY TENDERER REGARDING SUBMISSION OF DOCUMENTS WITH
TECHNO-COMMERCIAL BID.
Name of work: Supply, Installation, Testing and commissioning of 750 kVA D.G. SET with AMF panel at
Technical area of SAC Bopal campus , Ahmedabad.
E-Tender Notice No. & date: SAC/CMG/C&ED/EL/M/58/2018-19 Dt: 06.11.2018

Name of the Contractor

Sl Submitted :
Documents
No. Yes / NO
1 संबंधित प्राधिकारी द्वारा कार्य हे तु जारी ककर्ा गर्ा कार्य आदे श
Work orders issued by the authority concerned to establish work on hand.
2 कार्य अनुभव के लिए संबंधित प्राधिकारी द्वारा जारी कार्य पूर्त
य ा प्रमार् पत्र
Completion certificates issued by the authority concerned to establish work experience.

3 अहयता मापदण्ड के अनुसार समान प्रकार तिा मात्रा के कार्य के ननष्पादन के लिए दस्तावेजीर् प्रमार्
Documentary proof for having executed the work of similar nature and comparable
magnitude as per the eligibility criteria.

4 ननजी संस्िाओ द्वारा जारी कार्य के पूर्त य ा प्रमार्-पत्र के साि टी.डी.एस. (स्रोत पर कटौती ककर्ा गर्ा
कर) प्रमार्-पत्र भी प्रस्तुत ककर्ा जाए ।
Completion certificate for works issued by private parties shall be supported by TDS
(Tax Deducted at Source) certificates.
5 ई-ननववदा के लिए संववदा की सामान्र् शतों (जीसीसी) में प्रपत्र-1 के अनस
ु ार कार्य का मल्
ू र्, समाप्तत
की नतधि, समर् बढ़ाना, इत्र्ादी को दशायते हुए पुरे ककए गए कार्ों की सूची।
A list of completed works indicating value of work, date of completion, extension of
time etc., as per Format-1 in e-tendering General Conditions of Contract (GCC)

6 पैन/ टै न वववरर् PAN/ TAN details.


7 बर्ाना रालश जमा Earnest Money deposit.
8 कंपनी का ववस्तत
ृ वववरर् Company Profile with details.
9 पीएफ एवं ईएसआई पंजीर्न संख्र्ा की प्रनतलिवप Copy of PF & ESI Registration
10 अनतररक्त दस्तावेज, र्दद कोई हो। ADDITONAL Documents, if any

58

You might also like