supply of dg sets - Hindustan Petroleum Corporation Limited

advertisement
!
Signature & Seal of Bidder
1
"
Signature & Seal of Bidder
2
! "#$! %
# $ + $
#"&#" #
% ! '
( &"#&# ! # ! & !)
*
,"
& "
- ! !"
! .#" &&$/ #.
-! &"#&# ! $#0 #
$ ! ) - -! 0#&!
!0- 0 $
&!0 .0
%!
#"
#"
#
# !
-
!
!"
#0 % !
, " -! * ! # 1! &&$! - $$1! #. -! .#$$#) + 0 & 0 !
22 34
* ! .#" $
&!" #
34
* ! .#" +- &!" #
& " -! * ! # 1!
22 34
* ! .#" $
34
* ! .#" +-
&&$! - $$1! #. -! .#$$#) + 0 & 0 !
&!" #
&!" #
HPCL, LPG BOTTLING PLANT
BEHIND HPCL POL DEPOT
ONGC HAZIRA ROAD,
PO ICHCHAPORE, HAZIRA
DIST SURAT
GUJARAT
HPCL LPG BOTTLING PLANT
VILL : VADIAMPET MANDAL
BUKKARAYA SAMUDRAM
DIST ANANTPUR-515731 (A.P.)
# 0 &!" #
5 -"
: 828
% $ & % "-/; -&0$0#
"-/ ' "
$< 3
+- ' =! "#6!0
& $; -&0$0# < @ +-; -&0$0#
Signature & Seal of Bidder
+"( 7 2
+!"
*
"#6!0 (7 2
: 82>2<
82
: 828?
289
%
$
3
E-TENDER TERMS & CONDITIONS
1)
This is only a Tender Enquiry and not an order.
2)
The tender should be submitted online at website http://eproc.hpcl.co.in
only, by the due date and time, as specified in the tender. Late / delayed tenders
submitted on line after the due date and time, for whatsoever reasons will not be
considered. The Server Date & Time as appearing on the HPCL website
(http://eproc.hpcl.co.in) shall only be considered for the cut-off date and time for
receipt of tenders. Offers sent through post, telegram, fax, telex, e-mail, courier
will not be considered.
3) For submitting the bid on-line it would be mandatory for bidders to obtain
digital certificate (which will enable data encryption as well as digital signing).
For
information
regarding
digital
certificate,
bidders
may
visit
http://www.cca.gov.in. For submitting the bid online, bidders are advised to follow
the step by step procedure given under the link “Vendor Instruction Manual” at
website http://eproc.hpcl.co.in.
4)The on-line bidding would comprise broadly the following steps:
i)
Enrollment by vendor at http://eproc.hpcl.co.in (can be done
without digital certificate) by clicking the link “Supplier Registration”.
ii)
The system generated challenge phrase will be sent to vendor
at e-mail address provided by him during enrollment.
iii)
The
vendor
would
be
required
to
login
at
http://eproc.hpcl.co.in with this challenge phrase along with
Signature & Seal of Bidder
4
his user id & password. The vendor has to complete 2 page
registration form.
iv)
As soon as vendor fills two page registration form, he should
put a request letter on letterhead (giving tender number) to
HPCL for approving his enrollment. The request may be sent
through fax or e-mail No request for enrollment approval
shall be considered within 72 hours of tender due date / time.
v)
After enrollment, vendor would be required to login and
register his digital certificate (to be obtained by vendor) at
website.
vi)
After registering digital certificate vendor can participate in
the e tender.
The vendors who are already enrolled at website: http://eproc.hpcl.co.in need not
to enroll again and vendors who have already got valid digital certificate
(enabling data encryption as well as digital signing) are not required to procure
another digital certificate.
5)
Partially completed / incomplete tenders shall not be considered.
6)
All communication ,regarding the tender including queries, if any, and
submission of offers shall be done online within the e-Procurement system at
website http://eproc.hpcl.co.in.
7)
Two Bid System : Bidders are required to submit offer in Two Parts,
namely “Unpriced” & “Priced”.
8)
Validity: Quoted prices shall be valid for a period of 90 days from the due
date / extended due date for the placement of order.
Signature & Seal of Bidder
5
9)
Bidders shall be required to arrange all resources, including Digital IDs and
Internet Connections at their own cost, for participating in online tenders at HPCL
e-Procurement site.
10)
HPCL shall not be responsible for any delays occurred due to reasons
whatsoever in receiving as well as on line submitting offers, including internet
connectivity, documents uploading/downloading
issues etc. HPCL shall not be
responsible for any postal or other delays in submitting EMD / tender cost
wherever applicable.
11)
Request for extension of tender submission due date, if any, received from
bidders within 48 hours of tender submission due date / time, shall not be
considered.
12)
Clarifications sought/ queries received from bidders /vendors/parties on
tender, within last seven days of bid due date, will not be entertained by HPCL.
Please note that queries related to scope of job, tender specifications, terms &
conditions etc should be submitted on –line only (by logging in at
http://eproc.hpcl.co.in) by the query end date / time specified in the tender
consolidated view / NIT view/ tender calendar. HPCL, at its sole discretion,
may not entertain the queries sent by post / fax/ e-mail or through any other
mode of communication.
13)
Tender opening (un priced bid as well as priced bid) will be done
online at the time and dates specified in the tender. Vendors who have
responded to the tender are requested to login at the specified date and time
at HPCL e-procurement website (http://eproc.hpcl.co.in) for witnessing the
tender opening (un priced bid as well as priced bid in case of technically
accepted vendors).
Signature & Seal of Bidder
6
14)
HPCL reserves the right to accept any tender in whole or in part or reject
any or all tenders without assigning any reason. HPCL reserves right to accept any
or more tenders in part. Decision of HPCL in this regard shall be final and binding
on the bidder.
15)
HPCL shall follow Purchase Preference / Price Preference as per prevailing
guidelines of Government of India.
16)
Grievance Redressal Mechanism:
Hindustan Petroleum Corporation Limited (HPCL) has developed a “Grievance
Redressal Mechanism” to deal with references / grievances if any that are received
from parties who participated / intend to participate in the Corporation Tenders.
The
details
of
the
same
are
available
on
our
website
www.hindustanpetroleum.com.
Signature & Seal of Bidder
7
#
5
'(
A
- $$1! !. !
1!$#) 5
5
- $$1! !$B!"!
&$ <
$$ -!
."#% -!
! #."!0! & #. ! !" #. ! <
"#6!0
!& )- 0-!B!" ! "$!"
'1(
!) $ %&'()* +,('#" B0! ."#%
9 *
-! "!0 # C #% %
# + - $$1!
-! 0#&! #.
4! #" # &&$/ -!
&#)!" "!D "! .#" !0- 0 $
"!0 # C #% %
# + #. -! * !
#)!B!" -!
0! .#"
#
Terms of Payment (For Supply)
a) Payment against invoices shall be made on receipt of equipment /
material at site against submission of following documents along with
your Bill / Invoice :
I) Delivery Challan / Lorry Receipt duly acknowledged by our site.
II) Manufacturer Test Certificate
III) Third Party Inspection / Clearance Certificate
IV) Manufacturer Guarantee Certificate
V) Composite Performance Bank Guarantee for 10% of Basic Order value
as detailed in the special terms and conditions
NOTE : All The Invoices and the above mentioned documents shall be
submitted to the Site In Charge of the respective Site
b) 75% of Payment will be released in 7 days of
submission of
documents along with certified bills from user dept at our Disbursement
Section in Mumbai, Balance 25% to be released in 15 days.
.) Please note that HPCL cannot make any advance with order OR
against despatch documents through Bank.
+/011 234/5%-%+, +6 /4.(%+, 7
22E
+
1%
+* * %--%+,%,& (4* -
# #. B#0! .!"0#% &$! # #. #% %
#
+ #.
* !
# 464.(- 1%08%1%(9 4/%+:;
Signature & Seal of Bidder
8
% # - ."#% -!
! #. 0#% %
."#% -!
! #. &&$/ #.% !" $
# + #. !D &% ! #" > % # ! )- 0-!B!" ! "$!"
<#
;
! $/
-! " ! #. 2 E &!" )!!@ .#" !$ / 1!/#
-! 0-! $!
!$B!"/
&!"#
16!0 # % = % % #. E #. # $#" !"B $ ! ) $$1! $!B! .#" -! !$ /
1!/#
-! 0-! $! 0#% &$! # &!"#
:
7.
'%/: 0/(9 ,-34.(%+, ; 4! #" # "" +! .#" - "
"/
-! &&$/ !%
0$ ! $$0- "+! ) - -! D # !
&!0 # #. $$
!
CLAUSE:
1)
All disputes and differences of whatsoever nature, whether existing or which shall
at any time arise between the parties hereto touching or concerning the
agreement, meaning, operation or effect thereof or to the rights and liabilities of the
parties or arising out of or in relation thereto whether during or after completion of
the contract or whether before after determination, foreclosure, termination or
breach of the agreement (other than those in respect of which the decision of any
person is, by the contract, expressed to be final and binding) shall, after written
notice by either party to the agreement to the other of them and to the Appointing
Authority hereinafter mentioned, be referred for adjudication to the Sole Arbitrator
to be appointed as hereinafter provided.
2)
The appointing authority shall either himself act as the Sole Arbitrator or
nominate some officer/retired officer of Hindustan Petroleum Corporation
Limited (referred to as owner or HPCL) or a retired officer of any other
Government Company in the Oil Sector of the rank of Ch. Manager & above or
any retired officer of the Central Government not below the rank of a Director,
to act as the Sole Arbitrator to adjudicate the disputes and differences between
the parties. The contractor/vendor shall not be entitled to raise any objection to
the appointment of such person as the Sole Arbitrator on the ground that the
said person is/was an officer and/or shareholder of the owner, another Govt.
Company or the Central Government or that he/she has to deal or had dealt
with the matter to which the contract relates or that in the course of his/her
duties, he/she has/had expressed views on all or any of the matters in dispute
or difference.
3)
In the event of the Arbitrator to whom the matter is referred to, does not accept
the appointment, or is unable or unwilling to act or resigns or vacates his office
for any reasons whatsoever, the Appointing Authority aforesaid, shall nominate
another person as aforesaid, to act as the Sole Arbitrator.
4)
Such another person nominated as the Sole Arbitrator shall be entitled to
proceed with the arbitration from the stage at which it was left by his
predecessor. It is expressly agreed between the parties that no person other
than the Appointing Authority or a person nominated by the Appointing
Authority as aforesaid, shall act as an Arbitrator. The failure on the part of the
Appointing Authority to make an appointment on time shall only give rise to a
Signature & Seal of Bidder
9
right to a Contractor to get such an appointment made and not to have any
other person appointed as the Sole Arbitrator.
5)
The Award of the Sole Arbitrator shall be final and binding on the parties to the
Agreement.
6)
The work under the Contract shall, however, continue during the Arbitration
proceedings and no payment due or payable to the concerned party shall be
withheld (except to the extent disputed) on account of initiation, commencement or
pendency of such proceedings.
7)
The Arbitrator may give a composite or separate Award(s) in respect of each
dispute or difference referred to him and may also make interim award(s) if
necessary.
8)
The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally
by the parties unless the Sole Arbitrator otherwise directs in his award with
reasons. The lumpsum fees of the Arbitrator shall be Rs. 40,000/- per case for
transportation contracts and Rs. 60,000/- for engineering contracts and if the sole
Arbitrator completes the arbitration including his award within 5 months of
accepting his appointment, he shall be paid Rs. 10,000/- additionally as bonus.
Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall
be paid stagewise i.e. 25% on acceptance, 25% on completion of
pleadings/documentation, 25% on completion of arguments and balance on receipt
of award by the parties.
9)
Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act,
1996 or any statutory modification or re-enactment thereof and the rules made
thereunder, shall apply to the Arbitration proceedings under this Clause.
10) The Contract shall be governed by and constructed according to the laws in force in
India. The parties hereby submit to the exclusive jurisdiction of the Courts situated
at Mumbai for all purposes. The Arbitration shall be held at Mumbai and conducted
in English language.
11)
The Appointing Authority is the Functional Director of Hindustan Petroleum
Corporation Limited.
Signature & Seal of Bidder
10
4,4/01 4/* 1. Firm Prices :
On placement of order, prices will remain firm till complete execution.
2.
Delayed Delivery
Delivery is the essence of purchase order. In case of delay in execution of
the order beyond contractual delivery date as stipulated in the order HPCL
at its option can : Either
I)
accept the delivery on price reduced by sum equivalent to half
percent (1/2%) of the basic value of goods not delivered per week of delay
or part thereof subject to a maximum of 5% basic value of order.
Or
II) Cancellation & Risk Purchase Clause :Cancel the order in part or
full and purchase such cancelled quantities from elsewhere on account at
the risk of the seller without prejudice to its right under (i) above in
respect of goods delivered. All costs and expenses incurred by HPCL, if
any, resulting from cancellation of order shall be recovered from the
seller.
3. Terms of Payment
Payment against invoices shall be made on receipt of equipment / material
at site against submission of following documents along with your Bill /
Invoice :
I) Delivery Challan / Lorry Receipt duly acknowledged by our site.
II) Manufacturer Test Certificate
III) Third Party Inspection / Clearance Certificate
IV) Manufacturer Guarantee Certificate
V) Composite Performance Bank Guarantee for 10% of
Basic Order value as detailed in the special terms and conditions
75% of Payment will be released in 7 days of submission of documents
along with certified bills from user dept at our Disbursement Section in
Mumbai, Balnce 25% to be released in 15 days.
Please note that HPCL cannot make any advance with order OR against
despatch documents through Bank.
4.
Guarantee
Supplies shall be fully guaranteed against any manufacturing defects /
poor workmanship / inferior design or quality etc. for a period of 12
months from the date of commissioning or 18 months from the date of
delivery whichever is earlier. During this period, seller will arrange to
repair/ replace any defective part free of cost of replace complete set if
required.
Signature & Seal of Bidder
11
DIESEL GENERATING SET & AUXILIARIES
SCOPE :
The scope covers the design, manufacture, inspection, supply to site, testing &
commissioning of the Diesel Generating set & Auxiliaries as specified.
STANDARDS :
The following standards/codes shall be applicable.
BS : 649 Diesel Engine
IS : 4722
BS : 2623 Alternator
IS : 1460 Diesel Fuels.
IS 4691 Degrees of protection provided by enclosures for rotating electrical
machinery.
IS : 1600 Type testing of constant speed internal combustion engines for general
purposes.
Indian Electricity Act & Rules.
Any other Standards/ Codes (BS & IS) applicable.
Signature & Seal of Bidder
12
All standard/codes shall be the latest with revisions up to date.
GENERAL
The Diesel Generating set shall be indoor type (silent), automatically, designed
for 24 hours operation engine coupled to suitable alternator having self,
brushless/static excitation system and include all necessary accessories.
The engine and alternator shall be mounts. Required set of foundations bolts,
nuts, washers. etc. and set of spanner and tools shall be supplied.
DIESEL ENGINES
The Engine shall be multi-cylinder naturally aspirated air cooled suitable over an
ambient of 50 deg. Centigrade. The engine shall be constructed out of cast iron
with forced feed fuel injection & lubrication system. The suction and exhaust
valves of the cylinder shall be well designed to offer minimum flow resistance to
achieve high air charging and scavenging efficiencies. The valve drives shall be
force lubricated. The piston shall be die cast aluminum. And the head surface
shall be force cooled with lubricant. The crank shaft journal shall be induction
hardened and a bored. The connecting rod, crank shaft, cam shaft shall be
induction hardened and all the alignments shall improve the efficiency. The
governor shall regulate the speed to achieve stable performance. The engine
shall be flexibly coupled to the alternator and shall be provided with a coupling
guard.
DG Set will be located in DG Room Building. The diesel engine set should be continuously rated at the
ambient temperature of 50 degree specified.
FUEL OIL SYSTEM
A fuel tank of not less than 8 hours rated capacity with mechanical oil level
indicator to indicate low and high levels shall be supplied. Hand pump shall be
supplied for pumping oil from barrels to the overhead fuel Tank.
ENGINE STARTING SYSTEM
Starting of diesel engine shall be through electrical starting system.
The Electrical Starting System shall comprise of starter, motor, batteries and
battery charger and all the necessary instruments and accessories.
Air Intake and Exhaust system.
Air intake filter and silencer ( if necessary) be provided.
The exhaust system shall consist of an exhaust gas driven turbocharger, exhaust
gas silencer, necessary piping, adaptors etc.
Signature & Seal of Bidder
13
The exhaust piping shall be insulated using asbestos roping and the silencer shall
be flange coupled.
GOVERNING SYSTEM :
Governor shall be provided for keeping constant speed within certain limits with
variable load. The governor shall have following features :
The governor speed drop shall be adjustable between 3.5% to 4% of the nominal
speed at any load upto full load. The nominal speed shall be adjustable by +/5%. The rate of frequency variation shall not exceed 0.5 Hz. in every second. An
over speed trip mechanism shall be provided to automatically shut-off fuel in
case the set reaches the over speed between 11% and 130% of rated speed. An
engine mounted emergency STOP push button shall be provided for tripping the
engine manually.
A flexible coupling with guard shall be provided.
ENGINE INSTRUMENTS PANEL :
The following instruments shall be provided.
Starting switch with key.
Dial type thermometers for water & lube oil with alarm and trip contacts.
Pressure Gauge with alarm & trip contacts.
RPM indicator, Tachometer, Hour meter and Tachogenerator Mechanical switch
to trip DG Set during over speed conditions.
ALTERNATOR
The alternator shall be designed for rating, voltage etc. as indicated in the data
sheet with class F insulation.
The alternator shall be capable of carrying and unbalanced load of 25% without
injurious heating of any part, provided rated current is not exceeded. The
voltage unbalance consequent to 25% unbalanced load between phases shall
not exceed +/-2% of average terminal voltage, provided the power factor in any
phase does not fall below 0.8.
The alternator shall withstand a short circuit at its terminal for three seconds with
excitation adjusted to develop rated voltage at no load without any damage.
The sub transient fault current shall not exceed 15 times the full load current.
Signature & Seal of Bidder
14
The field winding shall be fully insulated from the core. The field system shall have
low inductance to allow good voltage regulation.
The alternator shall be self-excited through a suitable transformer - rectifier
combination with adjustable compounding to provide a flat or rising
characteristic with load. The excitation unit shall have necessary protection for
field discharge and an easy arrangement to re magnetize in case of loss of
residual magnetism.
The alternator shall be of drip proof construction and shall be self- ventilated. The
temperature rise shall be within the prescribed limits of class ‘H’ insulation. When
feeding a 10% overload for one hour during every 12 hour run of full rated load
with the cooling air at ambient temp.
The line of neutral ends of each phase winding of the Generator shall be brought
out on six suitably located terminals. The size of the cables, to be provided by
owner is indicated in the Data sheet. Vendor shall provide suitable clamping
arrangement for connecting the cables to the terminals. The terminals shall be
suitably enclosed to prevent short circuits by rodents etc.
Shunt field regulator and automatic voltage regulator if specified in the data
sheet.
240 V Single phase space heater shall be provided in the lower part of the
station frame. The arrangement shall be made such that space heater shall be
cut out automatically, when the alternator starts running.
The alternator shall be provided with two nos. earthing terminals which shall be
separated from the neutral terminals.
The Alternator shall be externally regulated type with a voltage variation of +/-5%
of the rated voltage with +/-3% frequency variation.
PERFORMANCE REQUIREMENT
The unit shall be capable of starting from cold condition.
The unit shall be capable of a peak of 10% in excess of the rated out put for a
period of one hour in a total of 12 consecutive hours of operation, without
exceeding permissible temperature limits and with a fairly visible exhaust.
The unit shall operate upto 120 % the rated speed over the entire range of out
put without undue vibrations and noise.
The DG Set shall be capable of taking on min 50% load equivalent to its rated
capacity in one step with no voltage dip and without affecting the frequency.
PACKIGNG AND DESPATCH
Signature & Seal of Bidder
15
This unit shall be packed suitably to facilitate installation and transportation.
During transport care shall be taken to avoid damage to paint or accessories of
the equipment. If any damage is caused during transport, the vendor shall repair
the same free of cost.
TEST
Following test shall be carried out on Diesel Engine & Alternative & certificate to
be submitted to Third Party for review.
Routine test for Engine as per BS - 5514 / IS- 1600 and 1601, like fuel
consumption test etc. Maximum duration of test is 3-4 hours.
Routine test for alternator as per IS : 4722 or other applicable I.S. Like insulation
resistance test, high voltage test, etc.
Vendor shall perform the following tests at site to the satisfaction of Owner/
Consultant :
1.
2.
3.
4.
Starting
Governor operation
Voltage Regulator response
Loan Run
No load - 5 min.
25% load - 15 min.
50 % load - 30 min.
75 % load - 30 min
100% load - 60 min
110% load - 60 min.
5.
CONTROLS OPERATION
Vendor shall submit five copies of routine tests and type test certificate for
approval before dispatch.
Signature & Seal of Bidder
16
SPECIFICATIONS FOR AMF PANEL
CONSTRUCTION :
All electric panels shall be fabricated from 14 SWG CRCA sheets properly
supported with angles and channels. The cubicle shall be single front floor
mounted type unless specified otherwise.
The door shall be provided with internal hinges and panel locks of superior
quality. The hinges shall be union joint type to facilitate easy removal of the
doors, when necessary. doors shall be provided in a similar fashion, as generally
provided for the outdoor cabinet where water cannot enter into the cabinet
from the door, The door shall be provided with strengthening arrangement to
avoid wobbling and distortion. Whenever the door arm opens on the horizontal
hinges, an arrangement shall be provided to latch the doors in the open
condition for the inspection of the wiring.
The cabinet shall be of welded construction and not of joining construction. The
cabinet shall be compartmentalized, having the horizontal and vertical busbars
at the back centrally located and circuit breakers shall be arranged at the
bottom of the pillars and switch fuse units at the upper portion.
The panel shall be provided with a canopy on the top in such a way, that free air
circulation is available. At the same time, it shall be dust and vermin proof.
A channel frame of 300 mm height fabricated from minimum section of channels
75mm x 40mm x 6mm shall be provided at the bottom of each cabinet. This is
required to make the cabinet stable and space for bends. The foundation on
holes with grouting, bolts, shall be provided in the channel frame.
Cable entries shall be as shown on the panel schedules and minimum entry
depth shall be 200mm unless specified otherwise. 16SWG MS sectionalised entry
plates shall be provided for multi core entries and 6mm hylam sheet for single
core entry points.
The circuit components shall be mounted on sectionalised 12SWG 2.5mm thk. MS
sheets, with suitable threading in the sheets to facilitate easy maintenance,
future addition, etc. push buttons, signal lamps, and other control components
shall be provided on a hinged (at the top) door with suitable latching
arrangement. These components shall be at about 1400 mm height.
The height of the panels shall not be more than 2250 mm and the depth of the
panel shall not be more than 400 mm for single front and 800 mm for double
front, except for the air circuit breaker panels,. where the depth could be about
900mm.
Signature & Seal of Bidder
17
Space - heaters ( min. 2 nos. x 75 watts each) shall be provided with MCBs in
each panel.)
The cubicle shall undergo the following process of metal treatment.
Sanding
Derusting and phosphatising with scale gun asfoclean or equivalent.
Degresing with Asfocoat or equivalent
Two coats of red oxide primer.
Putty work.
Two coats of synthetic enamel of desired shade.
Engraved labels shall be provided indicating the feeder details, capacity and
415 volts danger signs.
Fuses shall be HRC cartridge type conforming to IS : 3106 with a breaking
capacity corresponding to system fault level. Fuses shall be link type with visible
indication. Screw type diazed fuses are not acceptable for any rating.
All disconnects shall consist of switch units quick-make, quick-break type with
silver plated contacts. The switches shall preferably have double breaks. All
switches shall be mounted in sheet steel enclosure, which in turn is mounted on
suitable angle iron framework. In wet locations switches shall is mounted on
suitable angle iron frame work. In wet locations switches shall have cost iron
enclosures. Disconnects shall have a minimum breaking capacity of 9KA at 415
volts.
INSTRUMENT TRANSFORMERS & METER & RELAYS.
Meters and voltmeters shall have moving iron spring controlled dead-beat
elements in square bezel flush type cases 144mm in size unless specified
otherwise and suitable for switch board mounting meters shall conform to BS:89
and have grade "A" accuracy. Scale ranges shall meet with the requirement or
as indicated on the drawing or in the schedule of Quantities.
Energy meters shall be two element switch board mounting type suitable for
unbalanced loads.
All tripping may be through combination thermal and magnetic releases or IDMT
releases as specified.
Three pole, thermal overload relay for overload protection of Alternator through
current transformer, Overload relay, Earth fault relay, Reverse power relay etc, is
to be provided for safety of the equipment.
Battery charger consisting of transformer / rectifier, D.C. Ammeter, charging rate
selector Off/trickle/boost is to be provided.
Signature & Seal of Bidder
18
BUSBAR
The busbar shall be tinned electrolytic copper/alum. As shown on drawings. The
busbars shall be covered with PVC sleeves and properly supported. The busbars
shall be adequately insulated and protected to prevent accidental contact
during the operation and maintenance the busbars shall have supports.
Designed to withstand short circuit current equivalent to 35MVA at 415 volts.
The insulation between the phases and between the phases and ground of the
power conductors shall be made of synthetic resin bonded moulding, resistant to
dust and dampness. All insulating material shall be non-hydroscopic. Fungus
proof and treated with suitable synthetic varnishes.
INTER CONNECTION & INTER WIRING
Fiber glass moulded or PVC extruded wire ways shall be provided in the control
panel.
All the cables for internal wiring shall be PVC insulated of BSS or ISI approved
and reputed make. The cables shall have copper conductors only and shall be
stranded and the minimum number of stands shall be three. The rating shall
conform to IEE wiring regulations. PVC flexible conductors if required shall have
minimum size of 24/36.
Cables for power circuits shall be red, yellow, and blue or otherwise. Proper
coloured sleeving shall be provided at both ends of the cable.
All wires shall have at both ends a numbered ferrule or such other means of
permanent identification.
Identification making shall be read from the terminals outwards on all wires.
TERMINAL/TERMINATIONS
Cables upto 150 Sq.mm alum. Shall be provided with clip-on type ( slide lock
design) of rugged construction. All power terminals shall be colour coded
withred, yellow and blue for phases and black for neutral.
Every cable, either for control or power duty shall be provided with crimping type
copper lugs of suitable size as specified. The lugs shall be fitted with contact
grease and the crimping pressure shall be as follows :
Copper lugs : Upto 30 Sq.mm. 1200 psi.
Above 35 Sq.mm. 2000 psi.
Signature & Seal of Bidder
19
Bi - metallic lugs : 1000 psi.
Cable glands shall be Siemens type brass glands. These glands shall be provided
for all the outgoing connections at both ends, for power as well as control
circuits and also for the incoming cable or cables., Crimping type lugs only to be
used.
Earth busbars shall be of tinned copper/ alum. With holes, but the bolts and nuts
and washers shall be cadmium plated. Earth busbars all be provided all around
the cubicle at the bottom and it shall be of the same but the maximum size will
be 50 x 6mm with doples external earth connection arrangement.
Bi-metallic lugs shall be used wherever copper cables are being terminated on
alum. Busbars or vice-versa.
Auto Mains Failure Facility
The following AMF LOGIC shall be incorporated in the AMF control panel :
The DG Set shall start automatically when one of the following conditions are
met.
(a)
Mains supply failure.
(b)
Mains voltage dips below 85% of nominal voltage (415V).
After the DG set starts and builds up the rates RPM & voltage , the DG breaker/
contactor shall close & the mains breaker/contactor shall open.
Upon restoration of Mains supply & normal voltage conditions, NECESSARY TIME
DELAY SHALL BE ALLOWED TO TAKE CARE OF TRANSIENT CONDITIONS.
Annunciator
A solid state multi-window annunciator shall be provided on the panel board
with engraved inscriptions on acrylic sheets and with visible & audible alarms.
CDG RELAY has to be provided for Over Current and Earth Fault protection.
TESTING & INSPECTION :
The panel boards shall be factory tested/inspected before finishigng and
dispatch.
The following tests shall be carried out :
a) Insulation resistance test
Signature & Seal of Bidder
20
b) Panel boards shall be meggered phase to phase end.
The following tests shall be carried out :
INSULATION RESISTANCE TEST
Panel boards shall be meggared phase to phase and phase to neutral, using a
1000 V meggar with all switchgear in closed position. The meggared value
should not be less than 2.5 mega ohms between phase and 1.5 mega ohms
between phase & neutral & earth.
HIGH VOLTAGE TEST
The test shall be carried out by applying 2.5 KV for one minute between Air three
phase & earth
Between phase and the board shall withstand the same.
MODE OF MEASUREMENT
The panel complete with various components as specified in the schedule of
quantity shall be treated as one unit for the purpose of measurement &
payment.
THIRD PARTY INSPECTION
The vendor should arrange for Third Party inspection and the cost for this shall be
indicated separately in the offer. Inspection may be carried out by any of the
following parties :
Lloyds
EIL
Rites
Bureau Veritas
SCOPE OF INSPECTION :
Routine tests as per IS: 1600 & 1601, BS 5514 & IS 4722 shall be carried out on bare
engine and alternator in presence of Third Party inspection Agency (TPIA).
GUARANTEES
Vendor shall guarantee design, materials, workmanship and performance for a
period of 12 months from the date of initial operation or 18 months after delivery
at job site of all goods supplied under order, which ever date shall first occur.
DRAWINGS
Vendor shall submit four prints of following :
Signature & Seal of Bidder
21
General arrangement drawings
Foundations details
Electrical wiring and schematic diagrams.
Fuel oil system with instrumentation and control details.
Lube oil system with instrumentation and controls details.
Governor system and voltage regulator details.
D.G. Set instrumentation and control system details.
The vendor shall also provide four sets of installation operating, maintenance
and major overhauling instructions manual before inspection.
One print of each drawing will be returned to vendor after making all necessary
corrections, changes and required clarifications. Vendor shall incorporate these
and send within fifteen (15) days six prints of each drawing.
DELIVERY PERIOD
The DG sets complete with diesel tanks, AMF panel and other accessories shall
be supplied to sites as given in the SPECIAL TERMS & CONDITIONS.
Signature & Seal of Bidder
22
LIST OF ACCEPTABLE MAKES OF MATERIALS/COMPONENTS.
The following are the acceptable makes of materials a components to be used
in the installation.
1. MEDIUM/LOW VOLTAGE SWITCHGEAR & PANEL BOARD ACCESSORIES.
Moulded case circuit
Breakers ( MCCBs)
i)
ii)
GEC Alsthom
L & T / Siemens
Miniature Circuit
i)
ii)
MDS
Standard Koop
Switch Fuse Units
(Heavy Duty)
i)
ii)
iii)
L&T
Siemens
GEC Alsthom
Isolators ( Heavy Duty)
i)
ii)
iii)
L&T
Siemens
GEC Alsthom
Fuses & Fuse Bases
i)
ii)
iii)
GEC Alsthom
Siemens
L&T
Changeover Switches
i)
ii)
iii)
Siemens
Elcon
Kaycee
Contactors
i)
ii)
iii)
L&T
Siemens
Telemechanique
Push Buttons
i)
ii)
iii)
Siemens
L&T
Vaishno
Overload Elemensts
i)
ii)
iii)
L&T
Siemens
Bhartia Cutier Hammer
Timers
i)
ii)
iii)
L&T
Bhartia Cutler Hammer
Siemens
Control Fuses & Switches
i)
ii)
Kaycee
Thakur
Signature & Seal of Bidder
23
Meters
i)
iii)
iv)
L&T
GEC Alsthom
IMP
ii)
iii)
Automatic Electric
Universal Electric
Signal Lamps
i)
ii)
Essen
Any other make with
prior approval
Terminal
i)
ii)
iii)
Elmex
Technoplast
Any other make with
prior approval
Relays
i)
GEC Alsthom
ACB
i)
ii)
iii)
L&T
SIEMENS
Crompton Greaves
Signature & Seal of Bidder
24
SPECIFICATIONS FOR ACCOUSTIC ENCLOSURE / CANOPY
The DG set shall be provided with acoustic enclosure / canopy to reduce the
sound level and to house the entire DG set ( Engine & Alternator set) assembly in
open condition.
ACOUSTIC ENCLOSURE
CONSTRUCTION
:
:
The acoustic enclosure shall be free standing, floor mounting type, independent
of DG set. The acoustic enclosure will be modular in construction consisting of
acoustically treated panels from all the four sides and top. All the panels will be
jacket filled with glass wool & covered with perforated sheet inside. The outside
fabrication will be made out of 16 SWG MS CRCA sheet metal. A free distance
of 1.5 m to be kept between DG set and the acoustic enclosure on all sides. The
acoustic enclosure / canopy can be easily assembled at the site on the leveled
surface capable of withstanding the DG weight without any civil works.
The enclosure shall be designed for installation in open air conditions and
should have aesthetic looks.
Vendor shall submit the plan showing the position of the DG set and the acoustic
enclosure.
DOORS
: Hinged lockable doors on either side.
VENTILATING LOUVERS
: Both at the Engine side and Alternator side for fresh
air entry and for hot air ehuast.
PERFORMANCE
: The sound level shall be less than 75 dbA at a
distance of 1 (one) meter from the acoustic
enclosure/canopy under free-field conditions.
Signature & Seal of Bidder
25
SECTION : III
GAUARANTEED TECHNICAL PARTICULARS
(A)
500 KVA DG SET :
Site Conditions :
PROJECT
Ambient Temp. ( Deg. Celsius)
Altitude ( Mtr. above MSL)
Relative Humidity
TECHNICAL SPECIFICATIONS DG SET
GENERATOR RATING
A) DIESEL ENGINE
MAKE :
ENGINE MODEL :
*
F
9
50 0C
Less than 500 Mtrs.
30- 60%
500 KVA QTY : 1 Nos.
BHP AT 1500 RPM
NO. OF CYLINDER & ARRANGEMENT
ACCESSORIES l ( TO BE PROVIDED BY THE
VENDOR
FLYWHEEL & FLYWHEEL HOUSING
FLEXIBLE COUPLING
AIR CLEANER
CORROSION RESISTOR
RADIATOR
FUEL PUMP
GOVERNOR
LUBE OIL FILTER
LUBE OIL BY PASS FILTER
LUBE OIL CIRCULATING PUM"
COOLING WATER PUMP
EXHAUST SILENCER
EXHAUST GAS TURBO CHARGER
CHARGE AFTER COOLER
STATER & BATTERY CHARGING ALTERNATOR
( 24V DC)
FUEL FILTER
Signature & Seal of Bidder
VENDOR'
S CONFIRMATION WITH
DETAILS
26
EXHAUST PIPE
SAFETY CONTROLS :
A) HIGH WATER TEMP.
B) LOW LUB. OIL PRESSURE
TACHO- HOUR METER (with rpm indicator)
B) ENGINE INSTRUMENTAL PANEL :
FLEXIBLE :
MECHANICAL TYPE
STARTING SWITCH ( WITH KEY)
WATER TEMP GAUGE
LUB OIL PR. GAUGE
LUB OIL TEMP. GAUGE
BATTERY CHARGING AMMETER
C) ALTERNATOR :
MAKE :
CAPACITY :
MOUNTING :
INSULATION :
ENCLOSURE :
RATIGNG :
VENDOR TO PROVIDE :
1. AUTOMATIC VOLTAGE REGULATOR
(With manual voltage adjustment)
2. SPACE HEATER
(With auto cut-off)
3. WINDING TEMP. & BEARING TEMP
DETECTOR
4. TERMINAL BOX
KEC/NGEF/AVK/STAMFORD
500 KVA
CLASS H
IP 21
D) BASE FRAME
MATERIAL :
ANTI VIBRATION MOUNTING PADS :
E) FDUEL TANK
CAPACITY :
VENDOR TO PROVIDE
AIR VENT :
DRAIN PLUG :
INLET & OUTLET CONNECTIONS :
LEVEL INDICATOR :
Signature & Seal of Bidder
27
F) BATTERY SET
TYPE
NO OF BATTERIES/VOLTAGE OF EACH :
MAKE:
NICKEL - CADMIUM BATTERY
SAB NIFE ( CELL TYPE - KPH)
G) AMF CONTROL PANEL :
AMF LOGIC
AIR CIRCUIT BREAKER (with Under voltage
release, safety shutter & shunt trip)
NEUTRAL CONTACTOR
VOLTMETER (with selector switch)
AMMETER (with selector switch)
FREQUENCY METER :
KW/HP METER :
PF METER :
KWH METER :
MCCB FOR 500 KVA
RANGE :
RANGE :
WINDOW ANNUNCIATION WITH VISIUAL
INDICATION FOR FOLLOWING:
LOW LUBE POIL PRESSURE
HIGH WATER TEMPERATURE
SET START/STOP
LOW FUEL LEVEL
OVER VOLTAGE RELAY
EARTH FAULT RELAY
SPARE
PUSH BOTTON - hotter accept/fault clear
INSTRUMENT FUSES :
ON/OFF SWITCH (for manual DG control)
AUTO CONTROL CIRCUIT(for lube oil priming
control)
SELECTOR SWITCH- (AUTO/MANUAL/OFF)
INDICATING LAMP(for load on set/load on
mains)
ELECTRONIC HOOTER
Signature & Seal of Bidder
28
NOTE :
A)
B)
VENDOR TO GIVE LIST OF SPARES TO BE SUPPLIED ( IF ANY).
VENDOR TO GIVE LIST OF TOOLS TO BE SUPPLIED WITH ENGINE FOR MINOR
MAINTAINCE OF ENGINE :
Signature & Seal of Bidder
29
(B)
125 KVA DG SET :
TECHNICAL SPECIFICATIONS DG SET
GENERATOR RATING
SUPPLY LOCATIONS AND QTY
125 KVA QTY : 1 Nos.
HAZIRA LPG PROJECT -01 NO
ANANTPUR LPG PROJECT -01 NO
A) DIESEL ENGINE
MAKE :
ENGINE MODEL :
BHP AT 1500 RPM
NO. OF CYLINDER & ARRANGEMENT
ACCESSORIES l ( TO BE PROVIDED BY THE
VENDOR
FLYWHEEL & FLYWHEEL HOUSING
FLEXIBLE COUPLING
AIR CLEANER
CORROSION RESISTOR
RADIATOR
FUEL PUMP
GOVERNOR
LUBE OIL FILTER
LUBE OIL BY PASS FILTER
LUBE OIL CIRCULATING PUM"
COOLING WATER PUMP
EXHAUST SILENCER
EXHAUST GAS TURBO CHARGER
CHARGE AFTER COOLER
STATER & BATTERY CHARGING ALTERNATOR
( 24V DC)
FUEL FILTER
EXHAUST PIPE
SAFETY CONTROLS :
A) HIGH WATER TEMP.
B) LOW LUB. OIL PRESSURE
TACHO- HOUR METER (with rpm indicator)
B) ENGINE INSTRUMENTAL PANEL :
Signature & Seal of Bidder
VENDOR'
S CONFIRMATION WITH
DETAILS
FLEXIBLE :
MECHANICAL TYPE
30
STARTING SWITCH ( WITH KEY)
WATER TEMP GAUGE
LUB OIL PR. GAUGE
LUB OIL TEMP. GAUGE
BATTERY CHARGING AMMETER
C) ALTERNATOR :
MAKE :
CAPACITY :
MOUNTING :
INSULATION :
ENCLOSURE :
RATIGNG :
VENDOR TO PROVIDE :
1. AUTOMATIC VOLTAGE REGULATOR
(With manual voltage adjustment)
2. SPACE HEATER
(With auto cut-off)
3. WINDING TEMP. & BEARING TEMP
DETECTOR
4. TERMINAL BOX
KEC/NGEF/AVK/STANFORD
125 KVA
CLASS H
IP 21
D) BASE FRAME
MATERIAL :
ANTI VIBRATION MOUNTING PADS :
E) FDUEL TANK
CAPACITY :
VENDOR TO PROVIDE
AIR VENT :
DRAIN PLUG :
INLET & OUTLET CONNECTIONS :
LEVEL INDICATOR :
F) BATTERY SET
TYPE
NO OF BATTERIES/VOLTAGE OF EACH :
MAKE:
Signature & Seal of Bidder
NICKEL - CADMIUM BATTERY
SAB NIFE ( CELL TYPE - KPH)
31
G) AMF CONTROL PANEL :
AMF LOGIC
AIR CIRCUIT BREAKER (with Under voltage
release, safety shutter & shunt trip)
NEUTRAL CONTACTOR
VOLTMETER (with selector switch)
AMMETER (with selector switch)
FREQUENCY METER :
KW/HP METER :
PF METER :
KWH METER :
MCCB FOR 125 KVA
RANGE :
RANGE :
WINDOW ANNUNCIATION WITH VISIUAL
INDICATION FOR FOLLOWING:
LOW LUBE POIL PRESSURE
HIGH WATER TEMPERATURE
SET START/STOP
LOW FUEL LEVEL
OVER VOLTAGE RELAY
EARTH FAULT RELAY
SPARE
PUSH BOTTON - hotter accept/fault clear
INSTRUMENT FUSES :
ON/OFF SWITCH (for manual DG control)
AUTO CONTROL CIRCUIT(for lube oil priming
control)
SELECTOR SWITCH- (AUTO/MANUAL/OFF)
INDICATING LAMP(for load on set/load on
mains)
ELECTRONIC HOOTER
NOTE :
A)
VENDOR TO GIVE LIST OF SPARES TO BE SUPPLIED ( IF ANY).
B)
VENDOR TO GIVE LIST OF TOOLS TO BE SUPPLIED WITH ENGINE FOR MINOR
MAINTAINCE OF ENGINE :
Signature & Seal of Bidder
32
(C)
500 KVA DG SET :
Site Conditions :
PROJECT
Ambient Temp. ( Deg. Celsius)
Altitude ( Mtr. above MSL)
Relative Humidity
TECHNICAL SPECIFICATIONS DG SET
GENERATOR RATING
A) DIESEL ENGINE
MAKE :
ENGINE MODEL :
BHP AT 1500 RPM
NO. OF CYLINDER & ARRANGEMENT
ACCESSORIES l ( TO BE PROVIDED BY THE
VENDOR
FLYWHEEL & FLYWHEEL HOUSING
FLEXIBLE COUPLING
AIR CLEANER
CORROSION RESISTOR
RADIATOR
FUEL PUMP
GOVERNOR
LUBE OIL FILTER
LUBE OIL BY PASS FILTER
LUBE OIL CIRCULATING PUM"
COOLING WATER PUMP
EXHAUST SILENCER
EXHAUST GAS TURBO CHARGER
CHARGE AFTER COOLER
STATER & BATTERY CHARGING ALTERNATOR
( 24V DC)
FUEL FILTER
EXHAUST PIPE
SAFETY CONTROLS :
A) HIGH WATER TEMP.
B) LOW LUB. OIL PRESSURE
Signature & Seal of Bidder
G
* F
*
F
9
9
50 0C
Less than 100 Mtrs.
50- 80%
500 KVA QTY : 1 Nos.
VENDOR'
S CONFIRMATION WITH
DETAILS
FLEXIBLE :
33
TACHO- HOUR METER (with rpm indicator)
B) ENGINE INSTRUMENTAL PANEL :
MECHANICAL TYPE
STARTING SWITCH ( WITH KEY)
WATER TEMP GAUGE
LUB OIL PR. GAUGE
LUB OIL TEMP. GAUGE
BATTERY CHARGING AMMETER
C) ALTERNATOR :
MAKE :
CAPACITY :
MOUNTING :
INSULATION :
ENCLOSURE :
RATIGNG :
VENDOR TO PROVIDE :
1. AUTOMATIC VOLTAGE REGULATOR
(With manual voltage adjustment)
2. SPACE HEATER
(With auto cut-off)
3. WINDING TEMP. & BEARING TEMP
DETECTOR
4. TERMINAL BOX
KEC/NGEF/AVK/STAMFORD
500 KVA
CLASS H
IP 21
D) BASE FRAME
MATERIAL :
ANTI VIBRATION MOUNTING PADS :
E) FDUEL TANK
CAPACITY :
VENDOR TO PROVIDE
AIR VENT :
DRAIN PLUG :
INLET & OUTLET CONNECTIONS :
LEVEL INDICATOR :
F) BATTERY SET
TYPE
NO OF BATTERIES/VOLTAGE OF EACH :
Signature & Seal of Bidder
NICKEL - CADMIUM BATTERY
34
MAKE:
SAB NIFE ( CELL TYPE - KPH)
G) AMF CONTROL PANEL :
AMF LOGIC
AIR CIRCUIT BREAKER (with Under voltage
release, safety shutter & shunt trip)
NEUTRAL CONTACTOR
VOLTMETER (with selector switch)
AMMETER (with selector switch)
FREQUENCY METER :
KW/HP METER :
PF METER :
KWH METER :
MCCB FOR 500 KVA
RANGE :
RANGE :
WINDOW ANNUNCIATION WITH VISIUAL
INDICATION FOR FOLLOWING:
LOW LUBE POIL PRESSURE
HIGH WATER TEMPERATURE
SET START/STOP
LOW FUEL LEVEL
OVER VOLTAGE RELAY
EARTH FAULT RELAY
SPARE
PUSH BOTTON - hotter accept/fault clear
INSTRUMENT FUSES :
ON/OFF SWITCH (for manual DG control)
AUTO CONTROL CIRCUIT(for lube oil priming
control)
SELECTOR SWITCH- (AUTO/MANUAL/OFF)
INDICATING LAMP(for load on set/load on
mains)
ELECTRONIC HOOTER
NOTE :
A)
VENDOR TO GIVE LIST OF SPARES TO BE SUPPLIED ( IF ANY)
B)
VENDOR TO GIVE LIST OF TOOLS TO BE SUPPLIED WITH ENGINE FOR MINOR
MAINTAINCE OF ENGINE :
Signature & Seal of Bidder
35
##
!
7
=
>
;
&&$/ #. 22 34
! !$ *! !" + ! '
$! ( ) - + !9 $!" #"
# "#$
& !$ )!$$ $#0 $ + ! 0# "#$ 9 0#
0
! 0$# "! % !! + -! $#0 $ #$$ # 0# "#$
1# " '
( #"% 9 . !$
@9 !=&& +
&!"
C ! " $ $!0 "0 /
-#" / '
(
"!D "!% ! 9
HB1" # &
9 $# + ) - $$
-! !0! "/ 00! #"! ! 0 0#% &$! !
"!D "! .#" #&!" # #. * !
% !! +
-! !0- 0 $ "!D "!% !
&!0 .!
-!
! !" #0 % !
&&$!
# 1! % ! #
& " * "#6!0
!
&!"B # #.
$$ # C 0#% %
# + #.
22 34
* !
& "&"#6!0
!
#
<
<>
;
&&$/ #.
34
! !$ *! !" + ! '
$! ( ) + !9 $!" #"
# "#$
& !$ )!$$ $#0 $ + ! 0# "#$ 9 0#
0
! 0$# "! % !! + -! $#0 $ #$$ # 0# "#$
1# " '
( #"% 9 . !$
@9 !=&& +
&!"
C ! " $ $!0 "0 /
-#" / '
(
"!D "!% ! 9
HB1" # &
9 $# + ) - $$
-! !0! "/ 00! #"! ! 0 0#% &$! !
"!D "! .#"#&!" # #. + !
% !! + -!
!0- 0 $ "!D "!% !
&!0 .!
-!
! !" #0 % !
&&$!
# 1! % ! #
& " * &"#6!0
!
&!"B # #.
$$ # C 0#% %
# + #.
34
* !
& "&"#6!0
!
>
;
&&$/ #. 22 34
! !$ *! !" + ! ) + !9 $!" #"
# "#$ & !$
)!$$ $#0 $ + ! 0# "#$ 9 0#
0 ! 0$# "!
% !! + -! $#0 $ #$$ # 0# "#$1# " '
(
#
#
#
#
<
Signature & Seal of Bidder
#
36
:
8
>
#"% 9. !$ @9!=&& +
&!"
C
! " $ $!0 "0 /
-#" / '
( "!D "!% ! 9
HB1" # &
9 $# + ) - $$ -! !0! "/
00! #"! ! 0 0#% &$! !
"!D "! .#"
#&!" # #. * !
% !! + -! !0- 0 $
"!D "!% !
&!0 .!
-! ! !"
#0 % !
&&$! # 1! % ! #
,"
*
"#6!0
!
&!"B # #.
$$ # C 0#% %
# + #.
22 34
* !
, " &"#6!0
!
<>
;
&&$/ #.
34
! !$ *! !" + ! ) + !9 $!" #"
# "#$ & !$
)!$$ $#0 $ + ! 0# "#$ 9 0#
0 ! 0$# "!
% !! + -! $#0 $ #$$ # 0# "#$1# " '
(
#"% 9. !$ @9!=&& +
&!"
C
! " $ $!0 "0 /
-#" / '
( "!D "!% ! 9
HB1" # &
9 $# + ) - $$ -! !0! "/
00! #"! ! 0 0#% &$! !
"!D "! .#"
#&!" # #. * !
% !! + -! !0- 0 $
"!D "!% !
&!0 .!
-! ! !"
#0 % !
&&$! # 1! % ! #
,"
*
&"#6!0
!
&!"B # #.
$$ # C 0#% %
# + #.
34
* !
, " &"#6!0
!
#
#
#
; +/ 234/5%-%+, +6 ,-(0110(%+, 7 +* * %--%+,%,& '4 54,:+/ -'011
.+,-%:4/ 011 4?34,-4- (+@0/:- /0541 +0/:%,& 0,: +:&%,& +6 :432(%,& ('4%/
4.',%.01 (0660(-%(4 6+/ 0 * 0?%* 2* -(09 +6
:09- 6+/ 40.'
4(6+/ 40.'
1+.0(%+, $ +(01 A :09- -(09 0( 40.' 1+.0(%+,)# ,9 (09 849+,: A :09- 0(
1+.0(%+, -'011 84 3090814 4?(/0# '4 4,:+/ -'011 01-+ ,+(4 ('0( ('4%/
/43/4-4,(0(%54 -'011 /43+/( 0( %(4 6+/ ('4 -234/5%-%+, @+/B- @%('%, C :09- +6
%,(%* 0(%+, 89
# 11 * 0,3+@4/ 7
++1- /4D2%/4: 6+/ /4.(%+, 0,:
+* * %--%+,%,& -'01184 3/+5%:4: 89
#
; %? 30&4- +6 ,(4&/%(9 0.((+ 84 -%&,4: -(0* 34: @%(' :0(4 0,: 231+0:4:
%, 43/+.2/4* 4,(-9-(4* 60%1%,& @'%.' ('4 +664/@%1184 /4E4.(4:#
Signature & Seal of Bidder
37
Download