सतीश धवन अंतिरक्ष के द्र

advertisement
भारत सरकार
अ तिरक्ष िवभाग सतीश धवन अंतिरक्ष के द्र शार ीहिरकोटा डा.घ.524124 आं.प्र. भारत
टे िलफोन:+91 8623 225023
फेक्स: +91 8623 225170
Government of India Department of Space Satish Dhawan Space Centre SHAR
SRIHARIKOTA P.O. 524124, AP, INDIA
Telephone: +91 8623 225023
Fax: +91 8623 225170
GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124
SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)
TENDER NOTICE NO. SDSC SHAR/HPS/PT/07/2016-17
On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on
line quotations for the following.
Sl
No
01
02
03
04
05
06
07
08
09
Ref. No.
SHAR SPP 2016 00 4084
e-procurement
[Two Part basis]
SHAR SP 2016 00 4253
e-procurement
[Two Part basis]
SHAR VAST 2016 00 4426
e-procurement
[Two Part basis]
SHAR CMD 2016 00
4541e-procurement
[Two Part basis]
Description
Qty.
S139 Casting Fixtures and Accessories
1 LS
Configuration,
Design,
Detailed
Engineering,
Manufacture,
Supply,
Installation,
Testing
&
Commissioning of Special Purpose Single Column 3Axis CNC-Vertical Facing Mill
Design, Manufacture, Assemble, Test, Pack, Transport
& Delivery of 380kVA, LT DG set for Redundant Bogie
System
Supply of BEE 5 Star rated 15 Ltrs. storage type
Geysers
1
Lot
1
LS
Tender
Fee
No
tender
fee shall be
applicable
for tenders
submitted
through
EGPS
536
Nos.
SHAR SC 2016 00 4597
e-procurement
[Two Part basis]
SHAR SC 2016 00 4605
e-procurement
[Single Part basis]
SHAR SC 2016 00 4607
e-procurement
[Two Part basis]
SHAR SC 2016 00 4619
e-procurement
[Two Part basis]
Facility Cleaning and Maintenance Contract for a period
24
of TWO years.at SDSC SHAR Canteens, Sriharikota
Months
SHAR VAST 2016 00 4641
e-procurement
[Two Part basis]
Supply, Installation, Testing & Commissioning of
Hydraulic Jacking System for SVAB Wheel Bogie
Rate Contract for Retreading of Tyres
1 LS
Security Services for 3 Housing Colonies of SDSC
SHAR at Sullurupeta for a period of One year.
1 Year
Manpower Rate Contract for engaging Light Vehicle
Drivers on Hire Basis as and when need basis for a
period of 24 Months
1 Lot
1 LS
Last Date for downloading of tender documents
: 20.09.2016 at 16:00 hrs.
Due Date for submission of bids online
: 20.09.2016 at 16:00 hrs.
Due Date for Bid Sealing on
: 20.09.2016 at 16:01 hrs. to 20.09.2016 at 17.30 hrs.
Due Date for Open Authorization
: 20.09.2016 at 17.31 hrs. to 22.09.2016 at 17:00 hrs.
Due Date for opening of tenders
: 23.09.2016 at 14:30 hrs.
Instructions to Tenderers:
01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.
02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in
and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not
be considered.
03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website
https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be
down loaded and offer submitted on line in the e-procurement portal.
04. Quotations received after the due date/time will not be considered.
05. The tender documents are available for download upto 20.09.2016 at 1600 hrs. and last date for
submission of tenders on line 20.09.2016 at 1600 hrs. and Tender Opening on 23.09.2016 at 14:30 hrs.
06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the
quotations.
DT: 05.08.2016
HEAD, PURCHASE AND STORES
1
ANNEXURE -A
Technical Specifications for LT 380kVA DG set
ITEM No. I : Supply Portion(Refer Price bid format )
A) SCOPE
The scope includes;
1. Design, manufacture, assemble, test, pack , transport & delivery of 1 No of
380kVA , LT DG set with all required subsystems and accessories complete to
SDSC SHAR Sriharikota.
2. The DG set shall undergo full load test for 36 hours continuously at Manufacturers
works.
3. Installation , Testing & commissioning of the above systems at site
4. Supply of specific spares as listed.
5. Providing Warrantee support during warrantee period.
6. Providing Maintenance spares support and service support for next 10 years on
demand.
7. The scope also includes supply of all required accessories, materials, skilled and
unskilled and special man power as required, tools and test equipments required
and as per the relevant BIS and tender specifications.
B) Specific requirements to be considered by the Bidder.
1. Overall dimensions including acoustic enclosure shall be less or equal to L-5.5m,
W – 1.8m, H – 2.0m.
2. DG set is required to be installed in a bogie ( MS structure and space available is
as mentioned above)which will be moving 30m/minute max speed when operated.
3. This DG set is to be used in Hazardous area Flame proof -IIB, Zone 1, T 4
temperature class.
4. Exhaust gas pipe with spark arrestor and residential type silencer
5. Air Cooled Fluid Coil Cooler with cooler fan redundancy.
C) Major Subsystems
1.
One number 380 KVA output, Diesel Generator set along with all mounted
accessories and auxiliaries, like governors, lub oil pump/filter & strainer, fuel
oil pump & filter and injectors, turning gear, flywheel, flexible coupling, base
frame, foundation bolts, anti-vibration mountings, air cooled fluid coil cooler
supports & supporting structures and other auxiliaries/accessories not
mentioned above for smooth running of DG set for it intended purpose. The
DG set must be of continuous rating at 1500 rpm with a speed regulation of
+/- 1% or better, and shall be acoustic proof. And Synchronous brush less
380kVA, 415V +/- 1%, 3 phase + Neutral, 50Hz Alternator complete with
1
excitation system, AVR, switch gear, control & protection with instruments
and annunciation on it, control, signal & power cables & other electrical
systems including earthing. This DG set is used in Hazardous area FLP-IIB,
Zone 1, T 4 temperature class. The dimensions including acoustic
enclosure is Length-5.5meter, Width – 1.8meter, Height – 2.0 meter.
2. Exhaust gas pipe with spark arrestor and residential type silencer
including exhaust hood & weather cowl, expansion joint, insulation, etc.
3. Fuel system with day tank, hand filling pumps, hoses, duplex filter etc.
Please note the dimensional limitation where as the day can be mounted
separately .
4. Cooling system for engine, lub oil, charge air with corrosion inhibiter and air
cooled fluid coil cooler.
5. Combustion & exhaust air system with inlet air filtration, residential silencer,
sparks arrestor turbo-charger & charge air-cooling system.
6. Starting system with Electronic start or VRLA sealed maintenance free
battery with built –in charger with in-built protections shall ensures optimum
charging of the batteries always for set values.
7. Erection, testing, commissioning & supervision of erection including
demonstration of performance guarantee tests at site as per relevant code
of practice.
8. Warrantee service
9. List of recommended spares for Operation & Maintenance required 4
services for all mechanical, electrical, & instrumentation items except fuel.
Unit rates to be indicated separately in price bid.
10. Specific spares as per the list attached
11. All first fills & consumables for testing & commissioning required for
commission at site is in the scope of supplier. However the fuel oil ( max of
300 ltrs HSD ) will be supplied at free of cost by department for tests at
Sriharikota.
D ) Detailed specifications
1.0
380 KVA TECHNICAL SPECIFICATIONS OF ALTERNATOR:
1.1.Continuous rating
(at ambient temp.)
1.2. Output & load
1.3. Type of alternator
380kVA (at 415V, 3 phase, 4 wire, 50Hz AC & 0.8 pf running at
1500rpm with speed regulation of ±1% or less) at ambient of 500 c.
with solidly grounded.
380 kVA (at 415V, 3 phase, 4 wire, 50 Hz AC supply & 0.8 pf) at
500 c, 50% Motor load + 25 % lighting + 10 % Electronic loads.
Self contained self excited & self regulated.
2
1.4. Type of enclosure
1.5. Mounting
1.6. Excitation
1.7. Voltage
regulation
1.8. Insulation
1.9. Duty & Overload
capacity
1.10. Biggest size of
motor that can be
started with
voltage dip limited
to 10%
1.11. Temperature
rise
1.12. Applicable
standard
1.13. Control board,
instrumentation &
controls
Suitable frame size used with better IP & totally enclosed. Self
ventilated with removable covers to provide easy access to
excitation unit.
Horizontal, foot mounted with end shield bearings.
Brushless excitation unit mounted on the alternator.(self excited)
Automatic self regulated with ± 1 % or better of nominal rated
voltage from no load to full load at 0.8 power factor for both cold
and hot conditions.
Class H, However, the temp. Rise limited to class – B and specially
protected against moisture ingress.
Duty S1 and as per standard and as per Engine capability.
160 kW SQIM with star – delta starter
Limited to class B insulation for alternator and for Engine as per the
requirement.
Conforming to is: 4722 –latest
A composite board comprising two separate panels as described
hereunder shall be provided.
- Generator control panel comprising DG set starting,
regulating and monitoring equipment.
- Instrumentation& control equipment for the diesel generator
has been envisaged for safe, efficient, trouble free and
reliable operation, including safety to the operating
personnel as well.
- Auto scanner with required no. Of channel to measure the
temperature of winding and bearings.
- Metering shall be provided for voltage, current, frequency,
speed, power etc. Provision shall be available for data
logging , alarm reporting and communication port for data
transfer.
1.14. Protection
Overload, short circuit, reverse power, under voltage, other
standard protections etc., is to be provided.
1.15. Earthing
Earthing of all electrical equipment and machinery not intended to
be live shall have two distinct and separate earth connections as
per is: 3043 latest.
1.16 BUS-3 P+1N/
Terminal chamber
Copper bus for external terminals for termination of 4 R x 3.5
Cx150Sqmm copper FRLS armoured cable
1.17 Alternator
Power out going
ON/OFF switch with fuse provision from alternator terminal
chamber to Flame proof panel.
3
2.0TECHNICAL PARTICULARS OF DIESEL ENGINE:
4 stroke , air cooled fluid coil cooler, turbo-charged diesel
2.1 Engine:
engine of driving continuously synchronous generator at 1500
rpm to give net out put of 380kVA (at 0.8 p.f) at 415V at
generator terminals at rated speed under site conditions.
- The engine shall be capable of taking an overload of
10% for one hour during any 12 continuous running
hours.
- Conveniently located inspection window to facilitate
removal of big bearing, piston etc without sump
removal shall be provided.
- the fuel injection system shall be driven by the engine
itself and the system must ensure proper timing of fuel
injection, control of rate of fuel injection etc
-
-
-
-
2.2 Governor
2.3 Fuel system
2.4 Exhaust system
2.5 Cooling system
2.6 Lubricating system
2.6 Starting system
2.7 Control & monitoring
system
2.8 Protection system
2.9.Filters
2.10.Pipes& fittings
rate of fuel injection shall be automatically controlled in
accordance with variation in engine load.(electronic
governor)
engine shall be supplied with fly wheel along with
suitable housing. flexible coupling shall be provided
with necessary safety gaurds.
diesel engines shall be provided with suitable
lubricating system for effective lubrication of all
components.
the exhaust gas pipe with spark arrestor and
residential type silencer including exhaust hood
&weather cowl, expansion joint, insulation etc.
Electronic governor with =/- 1% speed regulation
HSD as per standard shall be used including suitable intake
pumps /mechanism , filters, injection, overflow return etc
Exhaust gas pipe with spark arrestor and residential type
silencer including exhaust hood & weather cowl, expansion
joint, insulation, etc
Cooling system for engine, lub oil, charge air with corrosion
inhibiter and air cooled fluid coil cooler
The engine and rotating parts shall be continuously lubricated
and shall be as per standard and suitable lub oil system and
its filtering, cooling and monitoring shall be incorporated.
Electronic starter / VRLA Batteries including built in charging &
protection systems.
Electronically controlled , monitored, displayed and with
necessary protection interlocked so as to get the best
efficiency and smooth operation. Provision shall be available
for data logging , alarm reporting and communication port for
data transfer.
Over load, Over temp, Over speed ,Bearing failure and other
electrical and subsystems interlocks.
Air intake filters, lub oil filters and other required filters as per
standard.
All pipes shall conform to is:1978 latest, necessary standard
bends, tees, couplings, flanges, bolts, nuts and gaskets shall
be used for laying the pipelines.
4
2.11.Valves
All isolating valves shall be of self lubricating, taperpug,tight
shut off type and of reputed make. open / close position of
valve and direction of flow shall be clearly indicated on the
valve body.
Oil resistant, flexible, BIS: 1435-latest
2.12. Hoses
2.13. Flanges
2.14.Fuel oil facilities
2.15. dip rod
As per ANSI B 16.5 with pressure rating of 150 class
minimum.
Suitable metallic (MS) fuel oil storage tank of capacity 990
litres/ or 8 hrs full load running shall be provided with all
accessories& fittings. the tank shall be fabricated from ms
plates of minimum 14swg thickness or more conforming to
is:2062 – latest and shall be complete with level switch, level
gauge, vent, drain, inlet& outlet connection, manhole, and
supporting structures. The fuel oil shall be brought in barrels
and transferred to the above tanks by hand filling pumps.
The dip rod shall be of suitable length, calibrated and
made of aluminum. It shall be used to measure the
contents of the oil in the tank. Diameter of dip rod shall
be minimum 12mm or eqiv.
3.0 OTHER GENERAL INFORMATIONS
1. The normal ambient conditions prevailing at Site: are temperature: 50 deg. C,
humidity of air: 100%, altitude above MSL: 10.5m, atmosphere: saline, highly
corrosive, humid, hot and tropical atmosphere. The above conditions will have to
be taken for selection of insulation materials for electrical equipments and anti
corrosive treatment for joints etc
2. The exhaust gas pipe and exhaust silencer (heavy duty type) shall be made of
mild steel suitable for the maximum exhaust gas temperature. suitable supports
shall be provided for supporting the exhaust pipe and silencer. Suitable
expansion joints / flexible connections shall be provided between exhaust pipe
and exhaust manifold of the engine to ensure that no undue vibration is
transmitted to the piping system. The exhaust pipe shall be suitably lagged and
cladded with 20 gauge aluminium sheet for personnel protection against burning.
The exhaust pipe should be taken to bottom of the DG set and trailer / bogie.
Residential type Silencer shall be designed to have sound level below the
acceptable limit as per the CPCB norms/ specification.
3. The DG set shall be supplied with necessary base frames, foundation / anchor
bolts, nuts and washers etc. the base frames shall be supplied along with antivibration mounting.
4. Panel control wiring shall be done with control cable having minimum cross
sectional area 1.5 sq.mm multi strand copper conductor of 600 V grade. Power
cable shall have multi strand copper conductors of minimum cross sectional area
of 2.5 sq.mm of 1.1KV grade. Colour code shall be followed for identification of
power, control, DC circuits as per standards.
5
5. Internal wiring shall be neatly done, ferruled and dressed. Termination of signal
and control cables shall be done in terminal strips / blocks of suitable size.
Power supply terminations shall be done in separate terminal strips / blocks and
suitably protected by separators/ bakelite sheets. 20% spare terminals shall be
provided.
6. Available control supply voltage will be 240V AC± 10%, 50HZ+3%. Instruments
shall be selected accordingly.
7. Signal & control cables used shall be of screened (100% coverage) and all
signal, control and power cables shall be of FRLS type.
8. Cables shall be laid through hot dip galvanized perforated steel trays of minimum
thickness of 2mm and of suitable widths as per total no. of runs of cables.
9. Cables laid in trays shall be coated with fire resistive paints along with fire
resistive materials and metal covers. Routing of cable shall be done away from
fire prone areas.
10. Wherever necessary, conduits, junction boxes and pull boxes shall be provided.
Cables to cubicles, panels, desks shall enter from bottom and for junction boxes
from bottom or sides with proper sized cable glands for each cable.
11. Instrument cable runs shall be kept as far away as possible from power cable
runs & noise generating sources (transformers, motors and power switches). A
minimum gap of 300 mm should be maintained between power, control and
signal cables.
12. Spare cores shall be provided minimum 20% of the total no. of cores used in
junction boxes. Junction boxes shall have suitable space for using 20%
additional core provided in the cables. All spare cores shall be insulated and
dressed inside the junction box.
13. All junction boxes shall have enclosure class of IP55 or IP54.
14. Instrument contacts, to be used for interlocking and alarm functions, shall be
connected through relays. For normal operation NC contacts shall be used.
15. Cable no. as per cable schedule punched on corrosion resistive “cable tag no.
plate” shall be tied at every 1 m interval and both ends of all signal, control and
power cables for identification.
16. Numbers of cores in cables, conduits and types of cables shall be standardized
before engineering and mutually agreed to.
17. Terminals of 240 V and above shall be labeled and isolated from terminals of
lesser voltage levels.
6
18. Instrumentation and electrical equipment inside instrument cabinets shall be
adequately grounded and working space as per manufacturer’s
recommendations.
19. Supplier shall be confirm the Transient performance and voltage & current
harmonics and it should be within the limits as per the standards.
20. Copper Bus bars, equipment’s etc shall be designed/ choose for 50KA of 1
second short circuit level.
21. Lifting hooks are to be provided.
22. Rotating Rectifier Voltage unit shall be provided on extended end shaft for easy
maintenance.
23. Documents to be supplied with the tender:
1.Basic design details of the DGSET for study and approval.
2. Load reaction calculations.
3.Details of bought out materials, components and specifications.
24. PAINTING: Special attention shall be paid to the finish and general appearance
of the work. The supplier shall ensure that no scratches appear on the painted
surface while transporting and installing the set. Pipelines shall be painted in
accordance with IS:23479 with latest amendments. The parts of the DG set
installation, which are not factory painted, shall be given three coats of paint
consisting of one primer coat of red oxide, one under coat and one finishing coat
of epoxy/polyurethane finish paint. The exhaust pipe and silencer must be
painted with heat resistant aluminum paint and should be guaranteed for one
year. All the interiors of all the panel boards shall be painted with fire retardant
paint.
ITEM No.II : ERECTION, TESTING, COMMISSIONING
a
b
c
The erection of all plant and equipment shall be carried out according to the latest
engineering practices and according to the working drawings, specification,
instructions approved by SDSC. The erection shall be carried out by highly skilled
work force under the supervision of engineer.
The supplier shall be fully responsible for the supply of requisite tools and tackles,
cable crimping tools, welding sets, welding rods, tools, jacks, gauges, ladders, and
other appliances required for proper erection of the system.
The supplier shall test and commission the DG set along with all connected facilities
and ensure smooth operation of the same. The testing shall include both works
testing and site testing. The tests, at works as well as at site including performance
guarantee test shall be conducted as per ISO: 3046 /BS: 5514 – Latest. Necessary
instruments / tools/ tackles required for conducting tests shall be arranged by
supplier.
7
1.1 ACCEPTANCE TESTS
Entire Testing, qualifications and Acceptance are to be carried out two Parts.
1) At Works and 2) At Work Site SDSC ,Sriharikota
1) AT WORKS:
The DG set shall undergo the following acceptance tests:
ENGINE:
01.Operational verification including Control & monitoring Panels
02.Fuel consumption test at ¼ rating , ½ rating and full rating or as per std
02.Governing test
03.Other Tests as per standards to verify the performance and specifications
ALTERNATOR:
01.Measurement of Resistance
02.Phase sequence test
03.Regulation test (Cold condition)
04.Measurement of open circuit characteristics
05.Measurement of insulation resistance
06.High voltage test
07.Voltage balance test
08. Measurement of winding temperature
09. Other Tests as per standards.
DG SET ( All the tests are inter related and not separate)
01.Full load (36 hrs) and over load test (1 hrs) on DG at WORKS shall be carried
out.
02. Measurement of Sound level, Exhaust gas contents , vibration etc shall form
part of testing at Works.
03.Factory Test certificates for the alternators and engine and all other
subsystems and components shall be submitted before commencement
04 Testing and verification of all protections and interlocks as per specs and
standards.
05 Protection relay testing and verification of functioning.
04 Fine tuning of Engine controller /Control panel
1.2
ACCEPTANCE TESTS AT SITE: PHASE – I
On completion of all the installation works the DG sets shall undergo the following
acceptance tests at site:
01.Visual examination of all parts and accessories
02.Measurement of resistance.
03.Insulation resistance test.
04.Protection relay functioning testing
04.Tests for normal operations of all protective relays and instruments.
05.Earth resistance measurement.
06.No load test to check the normal performance of engine, alternator, control
panel and all other accessories.
1.3 ACCEPTANCE TESTS AT SITE: PHASE – II
On satisfactory completion of phase –I tests the DG set shall undergo full load test
for 06 hours continuously, by directly loading the DG set or as decided by SDSC.
The SDSC will provide necessary load. HSD required for the above tests will only
8
be provided by the department at free of cost. The supplier should supply the
engine complete with the first filling of lubricating oil.
(a) During the above test following parameters shall be checked:
01.Cooling system temperature
02.Lubricating oil temperature
03.Lubricating oil pressure to the engine and turbo charger
04.Fuel oil consumption
05.Speed cum frequency variation on throwing ‘ON’ and ‘OFF’ at full load
06.Voltage variations.
07.Transient voltage dip test
08.Testing of failure conditions by simulation.
09.The overall efficiency of DG set at 25% load,50% load&100% full load shall be
worked and compared with figures given by the supplier.
(b) Following measurements are also to be conducted at site:
01.Phase sequence test.
02.Regulation test
03.Temperature of stator and rotor windings after continuous full load test.
04.Winding & Bearing temperatures while running the DG set.
06.Functional/operational/redundancy verification
07.Other Pre – Commissioning tests as per standards
1.4 Supplier is required to obtain necessary statutory clearances from pollution
board clearance from AP state for the DG set as required and as applicable.
1.5 COMMISSIONING & TAKING OVER:
If the acceptance tests as described above does not show satisfactory results, the
supplier shall at his own expense rectify and replace the defective components or
any part there of as directed by the authorized representative of the department
within one week. The installation shall be re – tested after rectification/
replacement of the defective components without any extra cost. For such tests
the cost of fuel and engine oil shall be born by the supplier. The following
documents (original+2 copies) shall be prepared and submitted.
01. Final as built layouts/drawings and fabrication drawings soft & hard copies.
02. Operational/Maintenance manuals of;
(a) Engine and Alternator with drawings.
(b) MCCBs, Relays, Meters and other switch gear components etc
03. Control wiring diagram for DG sets, Control Panels, Power distribution panel.
04. Factory test and site test certificates.
05. Warrantee certificates for DG and other auxiliary systems
06. Pollution control board certificate.
07. Operating handles, interlocks, operating keys, rubber mats in front of power
&control panels, danger boards and other accessories.
9
Item No.III: Specific spares extra for future O&M
Following specific spares are also to be supplied and other essential spares for 4
services may be included.
SNO
01
02
03
04
Item
B checks related spares with out oil
RRA / RRU
AVR
Engine controller like powercom
Quantity
12 sets
2 sets
2 sets
1 set
General Terms & Conditions:
GUARANTEE and WARRANTY
1. The supplier shall provide complete system guarantee for the DG set to achieve
the desired performance with the specified accuracy for a warrantee period not
less than 12 months from the date of commissioning.
2. Supplier shall modify/ replace any part or complete equipment to achieve
guaranteed performance during guarantee period at his own cost.
3. Supplier has to attend any deficiency in the performance of supplied systems
during warrantee period immediately with in 48 hrs of reporting.
4. Delivery period
1
Submission of drawings and BOM
2
Clarification/Suggestion if any and
drawing clearance by SDSC
Manufacturing & assembly and
factory QA tests
Inspection call
3
4
5
6
7
8
5
CLIP inspection by SDSC &
delivery clearance
Delivery
Installation,
testing
and
commissioning subject to site
clearance by SDSC
Handing over /Taking over
Within 3 weeks from
PO
Within 2 weeks from
the submission
With in 8 weeks
from the above
With in 1 week of
readiness
With in 4 weeks
With in 3 weeks
With in 4 weeks
Subject
to
site
condition
With in 2 weeks
3 weeks
5 weeks
13 weeks
14 weeks
18 weeks
21 weeks
25 weeks
27 weeks
AMC service: The supplier shall extend AMC service for DG set and all
auxiliary systems for up – keeping the system in good working
condition. However the department will enter into an AMC contract
separately with the supplier if required after completion of
warrantee period.
10
6
TRAINING: the supplier shall arrange on the site training to the departmental
staff for the operation of DG set and its auxiliaries.( Max One week
after commissioning)
7
PBG
As per Terms & conditions
8
LD/SD
As per Terms & conditions
9
EDEC
As per Terms & conditions
10 VAT/CST
As per Terms & conditions
11 Service Tax
As per Terms & conditions
12 Payment
As per Terms & conditions
&&&&
11
ANNEXURE -B
TECHNICAL & Commercial BID FORMAT
Supply, Installation, Testing and Commissioning of DG set:
1. 1No. 380 KVA, 415V, 3 Phase, 50Hz, 1500 RPM Diesel Generator set with other
Accessories at SDSC SHAR SLP/VAB facility.
Bidders to confirm / clarify / furnish all the information as per the technical particulars
and enclose technical catalogues / test certificates. Where ever details are to be
entered attachment no. can be referred in bidders specification.
2. Any deviation may be clearly brought out.
3. Specifications /Requirements given are approximate. Any standard specifications
nearer to the given specifications will also be considered for evaluation.
4. As all items put to tender are inter related , Price comparison will be made on Grand
total basis including all charges/taxes etc.
Sl.
No
01
Description
SDSC Specification
Engine Make
02
Alternator Make
03
Quality Standard
Caterpillar / Cummins/ Perkins / Greaves /
Volvo Penta
AVK / Stamford / Crompton Greaves /
Lory somer
BIS, IEC, ISO and other relevant
standards like IEEE
04
Diesel Engine
Bidder to specify
Model
BHP for 380 KVA at 0.8 Bidder to specify
pf
1500
RPM
Air Cooled Fluid Coil Cooler
Cooling System
With Fuel Pump, ECPG and Filters etc.
Fuel System
With Oil Pump, Cooler, Filter etc.
Lubricating System
With Dry Filter, Turbo Charger after Cooler
Air In-take System
4.1.1
4.1.2
4.1.3
4.1.4
4.1.5
4.1.6
4.1.7
4.1.8
Bidder’s
specification
etc.
With Silencer and spark arrestor Exhaust
Exhaust System
Piping, Supports etc. as per the
specifications
Electronic with 1% regulation
Governing system
Electronic start / Electrical, 24V DC
Starting system
Provision for remote Bidder to specify
monitoring & status with:
Starting Switch, LCD
display for Lub. Oil Pr.,
Water Temp, RPM, Runhour, Battery Voltage
and safety controls etc,
12
Sl.
No
4.1.9
4.1.10
Description
Bidder’s
specification
Electronic board / SMF type batteries with
built in charger , with built in protection
Electronics
Bidder to specify
AH capacity
Bidder to specify
Make and Model
Bidder to specify
Base Frame
Mounting on moving Vibration free pads
electronic start / Battery
5.1
5.2
5.3
5.4
5.5
5.6
structure
Spare Pads
Alternator make
Model
Self Excited, Brush
less, Solid state AVR
with 1%, 1500 RPM,
415V, 50Hz, 3Phase,
4wiire, 0.8 PF lag,
suitable for the above
Diesel Engine
Rated Capacity
Efficiency
Insulation Class
Over load capacity
Enclosure
Terminals
Transient Response
Accessories
5.7
6.0
6.1
Earthing Terminals
Control and Protection
Metering
6.1.1
6.1.2
Ammeter
Volt Meter
5.0
SDSC Specification
Bidder to confirm
Bidder to specify
Bidder to specify
Bidder to confirm
380 KVA
Bidder to specify
Class H with gel coat
Bidder to specify
IP 54 or better
3 Line and Neutral
Bidder to specify
Space heaters, bearing temperature
monitoring and other components as per
standards.
Bidder to specify
Digital
with
240V
AE/MECO/as approved
0-800A
0-500V
Aux.
Make:
13
Sl.
No
6.1.3
6.1.4
6.1.5
6.1.6
6.1.7
6.2
6.2.1
6.2.2
6.2.3
6.2.4
6.2.5
6.2.6
6.3
6.4
6.5
6.6
6.7
6.8
6.9
6.9.1
6.9.2
6.9.3
7.0
8.0
8.1
Description
SDSC Specification
Bidder’s
specification
Make to be specify
PF Meter
Make to be specify
Frequency Meter
Make to be specify
KW Meter
Make to be specify
Multi function Meter
For excitation Field
DC Ammeter & Volt Meter
Protective Relays
Electro-Mechanical-Electronic type
For 380 KVA DG
IDMTL
Combined O/C & EF
Instantaneous
Short Circuit
Bidder to specify
Reverse Power
Bidder to specify
Reverse KVAR
Under Voltage with Time Bidder to specify
delay
Bidder to specify
Other Standard Protections
All with LED
Indications
Bidder to specify
Built-in battery charger
Bidder to specify
Built-in Spare and actuators
Push Buttons and Actuators Bidder to specify
Bidder to specify
Control Switches
Bidder to specify
Auto Temperature Scanner
Remote
monitoring
/ Bidder to specify
Annunciation as specified
Note: Composite protection and metering will also be
considered. In any case, separate V, I, Hz meters with LED
display, monitor with data logger shall be provided.
Switch Fuse unit Rating and 630A, 415V, 4 pole
Type for Output control
CTs
Resin
cast
: 600/5A for 380 KVA Bidder specify
Measurement protection
Safety Features as specified Bidder to specify
Accessories as specified
Bidder to specify
Bidder to specify
Fuel Tank as specified
Painting as specified shade, Bidder to confirm
and thickness of paint for
suitable at sea costal area
(highly
corrosive
and
humidity area). Items like
Acoustic enclosure etc
This
set
is
used
in Bidder to confirm
Hazardous location. Bidder
should
not
use
any
flammable materials used in
and around Acoustic proof
enclosure.
14
Sl.
No
8.2
Description
SDSC Specification
Bidder to confirm
9.0
9.1
9.2
9.3
9.4
10.0
11.0
DG set shall conform to
CPCB norms.
Tests
Routine / type Tests
Acceptance Tests at works
Acceptance Test-I at site
Acceptance Test-2 at site
Commissioning as specified
Warranty
12.0
AMC service
13.0
14.0
14.1
14.2
Training
General
Company
Company Profile
14.3
List of customers
14.4
a
b
c
d
14.5
14.6
Statuary Registrations
Company Registration
IncomeTax Registration
Sales Tax
PF for Labour
Communication Facilities
Any
other
relevant
information
Confirm all the above are
integrated in a framed
structure and enclosed with
suitable enclosure that is
weatherproof,
spark
arrestor and residential type/
acoustic proof as per CPCB
norms
Total size of DG including
acoustic proof shall be below
this dimensions L-5.5m, W
– 1.8m, H – 2.0 m.
14.7
15.0
Bidder’s
specification
Bidder to confirm
Bidder to confirm
Bidder to confirm
Bidder to confirm
Bidder to confirm
Min. 12 months from the date of
commissioning
Bidder to confirm. (Furnish the AMC
services address)
Bidder to specify
OEM
Public / Private Ltd. (Furnish the
details)
At least 5 similar DG sets during last
five years.
Furnish
Furnish
Furnish
Furnish
Furnish
Furnish
Bidder to confirm
Authorised signatory
15
ANNEXURE -C
PRICE BID FORMAT
Supply, Installation, Testing and Commissioning of DG set:
1 1No. 380 KVA, 415V, 3 Phase, 50Hz, 1500 RPM Diesel Generator set with other
Accessories at SDSC SHAR SLP/VAB facility.
2 Refer Tender document, Technical & price bid format
Sl
01
02
03
04
Item
Supply of 380KVA DG set
as per the specifications in
the Tender document
Installation, Testing,
commissioning and
warrantee service for the
above supplied items
Cost of specific spares with
break up as per the
technical bid. Attach details
Taxes
Excise duty:
EDEC for DG set will be
provided
CST & applicable items
VAT & applicable items
Service Tax applicable
items
Packing & forwarding
Transportation
Any other charges
Provide beak up
Grand total
Rate
Qty
Amount
Authorised signatory
16
Satish Dhawan Space Center SHAR
Page Destination:
Tender Header
Format Type :
Normal
.:
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTRE
PURCHASE DIVISION
Tele No.08623-225023/225174/225127
Fax No.08623-225170/22-5028
e-Mail ID : hps@shar.gov.in, hasan@shar.gov.in, sselvan@shar.gov.in
STANDARD TERMS & CONDITIONS
1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION /
DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE
CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.
2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE
THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN
THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE.
In case of two-part tenders, parties shall submit their offers as follows:1) Part-I – Techno-commercial Bid
(No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid)
2) Part-II – Price Bid
In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected.
3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which
future enquiries will not be sent.
4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part
tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered
for evaluation.
5.Excise Duty - SDSC-SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated 16.03.1995 as amended by
Notification No. 15/2007 dated 01.03.2007 and as amended by Notification No. 07/2008 dated 01.03.2008 and necessary Exemption
Certificate will be provided. No claim, whatsoever, for payment of Excise Duty or Cenvat reversal will be allowed later. The suppliers have
to take this into account while submitting quotations.
Excise Duty Exemption Certificte will be issued only to finished product as per the PO/Contract. EDEC shall not be issued in favour of third
parties for raw materials, other components that go in to the manufacture of the end product.
Excise Duty Exemption Certificate will be issued in favour of original equipment manufacturer provided (i) the tender has been received
from the sole selling agent of OEM concerned (for which documentary proof shall be produced) and (ii) a request for issue of Excise Duty
Exemption Certificate was made in the original offer itself.
6.CST - With effect from 01.04.2007, Form-D has been withdrawn for Inter-State purchases by Government Departments. Now the
percentage of CST on the Inter-State sales to Government Departments shall be the percentage of VAT/State Sales Tax as applicable in
the State of the Seller/Dealer. Accordingly, the suppliers have to indicate clearly the % (full rate of tax) of CST applicable against each
item in their offers.
7.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 12/2012 dated 17.03.2012. This
may be taken into account while quoting for import items, if any.
In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately,
with Customs Duty component and terms and conditions thereto.
8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be
furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as
per the Prime Lending Rate of RBI plus 2% penal interest.
Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost
for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like
NPV will be adopted for evaluating the offers.
9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if
the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof
subject to a maximum of 10% of total order value.
10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank
Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.
11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party
shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till
completion of the contract period plus sixty days towards claim period for faithful execution of the contract.
12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the
Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty
days as claim period.
13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries
and offers with delivery beyond the period will be treated as unresponsive.
14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.
15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders.
16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit,
Liquidated damages are liable for disqualification.
17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and
commissioning.
18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro,
Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who
would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their
claim along with tender itself.
19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be
disclosed to any third party.
20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS
The Tenderer should submit the following documents/information while quoting:a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be
rendered by the Indian Agent.
b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual
interest in the business.
c)Registration and item empanelment of the Indian Agent.
d)Agency Commission will be paid only Indian Currency.
e)Compliance of the tax laws by the Indian Agent.
21. High Sea Sales- Against High Sea Sale transactions:
a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the
responsibility of the supplier and at his cost and risk.
b.100% payment will be made within 30 days after receipt and acceptance of the items at our site.
c.Sales Tax is not applicable
d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.
e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed
and issued by SDSC-SHAR.
22.The following information/ documents are to be submitted wherever applicable.
1.Product Literature
2.Core banking account number of SBI, RTGS Details
3.PAN No. in quotation and invoices
4.Excise Duty, VAT, Service Tax Registration details.
5.In case of MSME, registration details / documents from Competent Authority.
23.EXCLUSION OF TENDERS
The following tenders shall be summarily rejected from the procurement process
a.Tenders received from vendors who have not qualified in terms of their registration.
b.Tenders received against publishing of a limited tender in the CPP portal.
c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings.
d.Unsolicited tenders from vendors.
e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.
f.The tenders which are not accompanied by the prescribed Earnest Money Deposit.
g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages.
h.The validity of the tenders is shorter than the period specified in the tender enquiry.
i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the
Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process.
j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair
competition.
k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit
their tenders simultaneously for the same item/product in the same tender).
l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender
for the same item/product.
m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.
Download