request for proposal (rfp) for supply, installation ... · months from the date of commissioning...
TRANSCRIPT
REQUEST FOR PROPOSAL (RFP)
FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 100 KVA AVR AT CTI- LEH UNDER FM PHASE-III (BATCH-II)
REF No. BECIL/RD/FM PHASE III (BATCH-II)/CTI-LEH/100 KVA AVR/2019-20 Dated: 11.09.2019
Broadcast Engineering Consultants India Ltd
(A Government of India Enterprise) (A Mini Ratna Company)
Head Office: 14-B Ring Road, IP Estate, New Delhi- 110002 Tel: +91 11 23378823 Fax: 91 1123379885
Corporate Office: BECIL BHAWAN, C-56/A-17, Sec-62, Noida-201 307
E-mail: [email protected]
Web: www.becil.com
1. About BECIL:-
Broadcast Engineering Consultants India Limited (BECIL) an ISO 9001:2008 certified, a Mini Ratna public sector
enterprise of Government of India under Ministry of Information & Broadcasting, was established on 24th
March, 1995 for providing consultancy services of International Standards for Broadcasting in transmission
and production technology including turnkey solutions in the specialized fields of Terrestrial & Satellite
Broadcasting, Cable and various IT related fields, including acoustics & Audio- Video systems & CCTV.
BECIL is appointed as system Integrator by Govt. of India for setting up of Common Transmission
Infrastructure (CTI) for Private FM Broadcaster under FM Phase-III (Batch-II) scheme of Government of India
where Prasar Bharti Infrastructure is available
2. Tender Notice :-
Broadcast Engineering Consultants India Ltd. (BECIL) invites tenders / bids from Original Equipment
Manufacturer (OEM) / Authorized Vendors for the Supply, Installation, Testing & Commissioning of 100
KVA AVR (Automatic Voltage Regulation) at FM CTI Leh as described in the Tender Document for CTI LEH as
per attached section-I.
Bidding will be conducted through Two Cover Competitive Bidding procedures and are open to all
eligible Bidders as defined in Tender Document
The TENDER is issued for “Supply, Installation, Testing & Commissioning of 100 KVA AVR
(Automatic Voltage Regulation) at FM CTI Leh for FM Phase-III (Batch-II)”. The Bidder is
responsible for completeness of the project.
Bidder shall quote the rates in Indian Rupees for the entire contract on a single responsibility basis
such that the tender price covers contractors all obligations mentioned.
The payment under this contract will be made in Indian Rupees.
Each bidder shall submit only ONE tender either by herself/himself or as a partner in a joint venture
or as a member of consortium. If a bidder or any of the partners in a joint venture or any one of the
members of consortium participate in more than one bid, the bids are liable to be rejected and EMD
will be forfeited.
The bidder shall bear all costs associated with the preparation and submission of bid and BECIL will in no
case be responsible or liable for those costs, regardless of the conduct or outcome of the tender process.
Qualification requirements are specified in the Tender Document.
In case the bidder has any doubt about the meaning of anything contained in the tender
document, he/she shall seek clarification on or before specified date of submission of bid by email or
written letter to;
Alok Chauhan
Dy.Manager(Projects)
Broadcast Engineering Consultants India Limited (BECIL)
BECIL Bhawan, C – 56/ A-17, Sector – 62, Noida – 201307 (Uttar Pradesh)
Phone: 0120 – 4177865
Mobile: 9599818963
Email: [email protected]
Bidders shall have to submit refundable Earnest Money Deposit (EMD) of Rs. 10,000/- (Rupees Ten Thousand
Only) and non-refundable Tender Fee of Rs. 1,000/- (Rupees One Thousand Only) in the form of Demand Draft
Only drawn on any scheduled bank in favor of "Broadcast Engineering Consultants India Limited” Payable at
New Delhi along with the bid.
The Management of BECIL reserves the right to amend or withdraw any of the terms and conditions
contained in the Tender Document or to reject any or all the bids without giving any notice or assigning any
reason. The decision of the Chairman and Managing Director, Broadcast Engineering Consultants India Limited
in this regard shall be final and binding on all.
The successful bidder will have to deposit a Performance Security Deposit for due and proper fulfillment of
contract in the form of Account Payee Demand Draft (DD) or Bank Guarantee (BG) drawn in favor of “Broadcast
Engineering Consultants India Limited.” Payable at New Delhi equivalent to 10% of the value of order within 15
days from the date of issue of the work order failing which the respective bidder can be cancelled with
immediate effect.
EMD of successful bidder shall be discharged after receipt and acceptance of the Performance Guarantee
towards full Security Deposit. EMD of unsuccessful bidders shall be discharged after award of work to the
successful bidder. The BG must be valid for entire warranty period i.e. 24 months from the date of commissioning
or 27 months from the date of supply
TABLE OF CONTENTS
A. SECTION-I: GENERAL
1.1 RFP Schedule and Critical Dates
1.2 Intent of the Request for Proposal
1.3 Procedure Terms and Conditions
1.4 Eligibility Criteria
1.5 Commercial Conditions
1.5.1 Earnest Money Deposit
1.5.2 Prices
1.5.3 Payment Terms
1.5.4 Freight and Insurance
1.5.5 Consignee
1.5.6 Delivery & Commissioning Period
1.5.7 Packing
1.5.8 Guarantee / Warranty
1.5.9 Authorization
1.5.10 Performance Bank Guarantee
1.5.11 Technical Manual
1.5.12 Penalty Clause
1.5.13 Service Tax
1.5.14 Compliance Statement
1.6 Proposal Response Format
1.7 Method of Evaluation and Award
1.7.1 Evaluation Criterion
1.7.2 Product Quality
1.7.3 Compatibility
1.7.4 Up-gradation/ Modular Design
1.7.5 Assurance of Supply
1.7.6 Quality
1.7.7 Service
1.7.8 Cost
1.7.9 Integration Experience
1.7.10 Delivery Schedule
1.7.11 Regulatory
B. SECTION-II: Technical System Requirement Proposed Bill of Material & Technical Specifications
C. SECTION –III : Technical & Other particulars.
D. Section-IV : Schedule of Requirement(Technical Bid)
E. Section-V : Schedule of Requirement(Price Bid)
F. Section-VI : Vendor Information
SECTION-I: GENERAL
1.1 RFP SCHEDULE AND CRITICAL DATES
The RFP tentative schedule and critical dates are shown below:
Event Date
1) RFP Issue to Prospective Bidders 11.07.19
2) Submission of Proposals/bids 20.09.19 at 14.00 hours
3) Technical opening of Bids 20.09.19 at 14.30 hours
4) Technical evaluation of proposal To be intimated
5) Opening of Financial Bid To be intimated
6) Commercial Bid evaluation To be intimated
7) Award of Purchase Order To be intimated
8) Address of Submission and Opening of bid :
Broadcast Engineering Consultant India Limited (BECIL)
BECIL BHAWAN, C-56/A-17, SECTOR-62, NOIDA-201307(U.P)
Ph. 0120-4177850, Fax. 0120-4177879
9) Tender fee can only be submitted through Demand Draft before due date of tender submission.
1.2 INTENT OF THE REQUEST FOR PROPOSAL
The intent of this RFP is Supply, Installation, Testing, Commissioning of 100 KVA AVR (Automatic
Voltage Regulation) at FM CTI Leh. Tenderers are requested to quote their best possible price.
1.3 PROCEDURE TERMS AND CONDITIONS
1.3.1 The proposal is to be submitted in two-bid basis with separate Technical and Financial bid under
separated sealed covers.
1.3.2 Bid Responses must be addressed to and submitted at the following address: The Chairman &
Managing Director, Broadcast Engineering Consultants India Ltd, C-56/A-17, Sector-62,
Noida-201 307 Tel: 0120 417 7850, Fax: +95120-4332979. The envelope should be superscripted at
the top Proposal for “Supply, Installation, Testing, Commissioning of 100 KVA AVR” at FM CTI LEH
with due dates.
1.3.3 The proposal is to be submitted in two Bid system with separate Technical & Financial Bid
through offline mode only not later than 1400 hours on 20.09.2019. Bids received beyond the
specified date will be rejected. It is the responsibility of the Bidder to confirm that the bids have been
received on time within the specified dates.
1.3.4 All bids are to remain valid for six months from the date of opening of financial bid.
1.3.5 BECIL reserves the right to solicit additional information from Bidders to evaluate which bid best
meets the needs of the Project. Additional information may include, but is not limited to, past
performance records, lists of available items of work will be done simultaneously with the project,
on-site visit and evaluations by BECIL personnel, or any other pertinent information.
1.4 ELIGIBILITY CRITERIA
1.4.1 The bidder should have successfully carried out SITC of AVR in last five years and should submit
the documentary proof such as work order/completion certificate etc.
1.4.2 The bidder should be registered. A copy of Company registration (Companies Act 1956,
Proprietary firm) should be submitted.
1.4.3 Letter of Authorization from OEM/ Principal manufacture to quote in the tender.
1.4.4 The bidder should submit the compliance statement duly signed by OEM/OEM Authorized
representative.
1.4.5 A separate point by point compliance statement duly signed by bidder in respect to all points
laid down in the specifications for all the equipment/item(s) must be submitted.
1.5 COMMERCIAL CONDITIONS
Terms & Conditions:
Each bidder is required to accept the following terms and conditions:-
1.5.1 Tender Fee (Non-refundable)
1000/- (Rupees One Thousand Only) for purchase of tender document in the form of demand draft drawn on any schedule bank in favor of “Broadcast Engineering Consultant India Limited” Payable at New Delhi along with BID
1.5.2 Earnest Money 10,000/-in the form of Demand Draft drawn on any scheduled bank in favor of “Broadcast Engineering Consultant India Limited” Payable at New Delhi along with BID
1.5.3 Prices Prices : FOR Destination basis at site-LEH
1.5.4 Payment Terms for INR
70% against delivery of material at site 20% against installation and testing of equipment site, certified by Project In charge BECIL 10% against PBG submission of 10% of the total work order value for a period of 24 months from the date of commissioning.
1.5.5 Freight and Insurance The Freight and insurance for the consignment from place of origin to CTI site will borne by Supplier/S.I/OEM.
1.5.6 Consignee The equipment should be consigned to Common Transmission Infrastructure(CTI) FM Private Broadcasters, Doordarshan Kendra, High Power Transmitter, Stok, Leh, J&K, India
1.5.7 Delivery schedule and Commissioning
Delivery 4 weeks from Date of Purchase order. Installation, testing and Commissioning has to be completed within 2 week of the delivery of the equipment subject to readiness of the site.
1.5.8 Packing The equipment should be securely packed with proper insurance to withstand transit hazards during different modes of transportation.
1.5.9 Guarantee/Warranty The equipment shall be under warranty for period of 24 months from the date of commissioning and 27 months from the date of work order.
1.5.10 Authorization Original copy of Authorization letter from OEM / Principal manufacture should be submitted.
1.5.11 Performance Bank Guarantee
The successful bidder shall have to furnish a Performance bank guarantee (PBG) within 2 weeks of release of PO in favor of Broadcast Engineering Consultants India Ltd, 14-B, Ring Road IP Estate, New Delhi – 110002 for an amount equal to 10% of order value and valid for the period of Warranty/Guarantee
1.5.12 Technical Manual Two print copies of Technical Manual / Operation Manual supplied with the equipment. One set of test certificate of each equipment has to be enclosed with shipment and one copy sent to BECIL.
1.5.13 Penalty Clause In case of late delivery of equipment, the supplier shall be liable to pay penalty @ 0.5% of the order value per week of delay or a part thereof, up to a maximum amount of 10% of order value, after which the order is liable to be cancelled.
1.5.14 Invoicing and Tax : Invoicing will be done on M/s Broadcast Engineering Consultant India Limited (BECIL), 14-B INDRAPRASTHA Estate, Ring Road, New Delhi-110002, GST No. 07AAACB2575L1ZK, Taxes as applicable as the time of invoicing/delivery.
1.5.15 Compliance Statement
A point by point full compliance statement in respect to all parameters related to the concerned equipment’s/items from the respective principle manufacturers should be submitted in the prescribed format given below at Table 1.
Table 1
Compliance Statement Performa
Sr.
No
.
Sr. No. of Specification
Description of Specification
Page number of Spec. in RFP
Compliance (Yes/No)
Deviation ,if any, to the specification
Optional Items ,if any, required for the completeness of system
Features in the offered product in addition to BECIL specs
1.6 PROPOSAL RESPONSE FORMAT
The bidder are requested to use the same or similar format as given below while submitting the commercial
bids. The proposal must be submitted strictly in the following fashion as in Table 2.
a) The proposal shall be submitted through offline and Limited enquiry only.
b) Proposals shall be based only on the items contained in this RFP and its standard required accessories.
c) The RFP includes official response to pre-proposal conference questions, addenda, and any other
material published by the BECIL pursuant the RFP. The bidder is to disregard any previous draft
materials and any oral representations it may have received.
d) All responses to the requirements in Sections (list appropriate section) of this RFP must clearly state
whether the proposal will satisfy the referenced requirements, and the manner in which the
requirement will be satisfied.
e) A point by point compliance statement duly signed by bidder in respect to all points laid down in the
specifications for all the equipment/item(s) must be submitted.
Table 2
S.No Description Qty. HSN
Code
Make/Model Unit
Price
GST
Taxation
Total
Price
Total Price
1.7 METHOD OF EVALUATION AND AWARD
1.7.1 Evaluation Criterion The proposals will be evaluated for meeting technical
requirements and system completeness based on which
commercial analysis will be carried out. Final selection of the
proposal / equipment will be based on the merits of the
techno-commercial proposal submitted and will be decided
by the evaluation committee. Factors which will be
considered as a part of evaluation amongst others will include
the following.
1.7.2 Product Quality Only reputed industry tested equipment and solutions with
reliability will be accepted, nonstandard make/model of
equipment will disqualify the proposal technically.
1.7.3 Compatibility System is envisaged to be compatible with the other quoted
equipment.
1.7.4 Up-gradation/ Modular design System/equipment be future looking and open to Technology
up-gradations besides capable of add on facility and features
in phased manner.
1.7.5 Assurance of supply Vendor’s technical capability, Organizational stability,
reliability of equipment and ability to meet timelines.
1.7.6 Quality Equipment stability, guaranteed uptime parameters, life of
equipment.
1.7.7 Service After sales service, availability of spare parts/technical
support, warrantee offered.
1.7.8 Cost Cost of the system as proposed and the apparent future
financial implications, AMC and Total cost of Ownership.
1.7.9 Integration Experience Expertise and experience of the bidder in system / sub system
of Integration of similar nature.
1.7.10 Delivery Schedule Delivery time line will be critical parameter for evaluation
and final decision.
1.7.11 Regulatory should meet the Regulatory compliance, Safety requirements;
Environmental objectives.
SECTION—II (GENERAL)
SITC OF AUTOMATIC VOLTAGE REGULATOR OF 100 KVA CAPACITY
1.0 GENERAL The unit shall be self-contained, compact, efficient and highly reliable for 100% duty cycle at full load, working round- the-clock, 365 days a year and based on field-proven design using modern technology. All materials used in the construction shall be of high quality and as per relevant Indian Standard Specifications. The manufacturer should have ISO 9008 certificate.
1.1 SCOPE
The work will include SITC OF IN DOOR, SERVO CONTROLLED AUTOMATIC VOLTAGE REGULATOR OF 415 VOLTS, 3 PHASE, 50Hz, 100 KVA capacity conforming to the technical specifications in Section – II, including the termination of cables for connections/ inter connections along with the associated work of cable lugs, compression glands, necessary power supply input/output MCCBs and commissioning at FM CTI site- LEH
1.2 SALIENT FEATURES OF AVR
1.2.1 Modular construction of control circuitry for easy replace ability. 1.2.2 Control voltage device designed using solid-state electronic circuits. 1.2.3 High-speed step-less correction of output voltage using A.C synchronous motors,
without hunting or overshooting. 1.2.4 Independent controls for each of the three phases to avoid unbalance in output
load voltage in any phase affecting the output of AVR. 1.2.5 Built-in overloads and short-circuits protection. 1.2.6 Should not introduce waveform distortion. 1.2.7 Front access for installation and servicing. 1.2.8 Compact size. (One of the base dimension be restricted to 750 mm. maximum) 1.2.9 Full complement of meters, controls, alarms and indicators. 1.2.10 All moving contacts designed to give long and trouble free service life. 1.2.11 Rugged construction and field-proven design requiring minimum maintenance. MTBF of
the equipment to be specified. 1.2.12 Suitable for continuous use in tropical climatic conditions.
1.3 GENERAL CONDITIONS
1.3.1 The 100 KVA A.V.R. offered shall generally conform to the technical specifications in Section – II
against each clause. Should a tenderer, however, desire to depart in any respect from the given specifications either on account of manufacturing practice or for any other reasons, he must specifically point out the modifications explaining in detail each and every departure he proposes to make. The Performa given in Section – II against each Clause should be completely filled in while submitting the tender.
1.3.2 The A.V.R. shall be designed for efficient and trouble free service for continuous day & night operation. All materials used in the construction shall be of high quality and conform to the IS specifications No. 9815-1981 amended to date.
1.3.3 All work shall be carried out in accordance with standard electrical practice. The units shall be designed for easy maintenance and complete safety to operating personnel.
1.3.4 Only easily available standard components should be used as far as possible. The tenderers should
undertake to make available spares and replacement parts as and when required for period of ten years.
1.3.5 The requirements in para 1.3.2, 1.3.3 and 1.3.4 should be noted and confirmed in the tender. 1.4 COMPLETENESS OF CONTRACT
All fittings and accessories which may not have been specifically mentioned or which the tenderer may not explicitly mention in his tender but are necessary for the operation of the A.V.R. shall be deemed to be included in the contract and be provided by the contractor without any extra charge. Adequate quantity of oil conforming to relevant standards shall also be included.
1.5 DOCUMENTS TO BE UPLOADED WITH TENDER
The tenderer shall submit the following documents copy with the tender.
1.5.1 Leaflets with illustrations relevant to the equipment offered. 1.5.2 A schedule of technical particulars shall be furnished by the manufacturer in the Performa as shown
in Section-II. 1.5.3 Work order copy of last 3 years. 1.5.4 Copy of ISO Certification 1.5.5 Type test certificate from NABL lab. 1.5.6 Minimum three work orders from Govt. departments of 100 kVA and above ratings. 1.6 DOCUMENTS TO BE SUBMITTED AFTER ACCEPTANCE OF TENDER
Following documents will be supplied to the consignee along with A.V.R. at the time of delivery:
i) Two copies of the book of instructions for the installation, operation, testing, commissioning and maintenance of A.V.R.
ii) Factory test certificates showing the results of tests actually conducted on the A.V.R. iii) Two sets of finalized drawings showing dimensions and other fixtures on the A.V.R. 1.7 DELIVERY
Delivery of the AVR ordered shall be completed within 4 weeks at FM CTI site- LEH. This period shall be effective from the date of acceptance of the tender and shall be independent of any other factors.
1.8 PACKING
The packing shall be suitable to withstand transportation hazards. A copy of packing slip giving the list of items included in the package together with the package number shall be mailed in advance to consignee.
1.9 GUARANTEE
The A.V.R. shall be guaranteed in all respects for satisfactory operation under load conditions for two years from the date of taking it into service. This should be confirmed.
1.10 ERECTION
The supplier is required to install, test and commission the A.V.R. at site as SITC (Supply, installation, testing & commissioning) tender/works. All interconnection wiring work of AVR shall be the job of supplier. Mains incoming & outgoing cables at AVR input/output side also shall be terminated by supplier. Supplier shall have to arrange for CEA inspection & certification also for handing over the same to the AIR after completing all the works.
1.11 INSPECTION
The successful tenderer will have to get the A.V.R. inspected by Inspectors authorized by BECIL
and also undertake to arrange to conduct the following tests on the AVR in his workshop/factory
before dispatch. 1.11.1 TEST FOR CONTINUOUS OPERATION
The AVR shall be subjected to a continuous run for 24 hours ON load, while the input voltage is varied from min. to max. of the input voltage range & back to min. in not more than one minute. After this test the AVR shall pass the output voltage test as below.
i) OUTPUT VOLTAGE TEST ii) TEST OF RATE OF CORRECTION iii) LOCKED ROTOR TEST FOR SERVO MOTOR. 1.11.2 INSURANCE
Please refer to commercial terms. However it is stated that transit insurance and comprehensive
insurance of the AVR till it is handed over to the consignee shall be the responsibility of the tenderer. A
copy of the comprehensive insurance policy shall be handed over to consignee at the time of delivery
at site.
SECTION – III TECHNICAL AND OTHER PARTICULALARS TO BE SUPPLIED BY THE TENDERERS
AGAINST BECIL REQUIREMENTS AS GIVEN BELOW General : 1. The A.V.R. shall generally conform to all provisions of IS 9815-1981 amended to date.
S. No. Item AIR specification Tenderer’s Offer with Exact value wherever required
2.0 TECHNICAL REQUIREMENTS
2.1 Capacity of AVR 100 KVA ( continuous)
2.2 Input voltage 260V to 460 V A.C Three Phase, 50Hz, 4 wire
2.3 Output Voltage 415 V +/-5% A .C Three Phase 50 Hz. (240 volts Phase to neutral), voltage shall be adjustable to +/-10 V with control located on front panel.
2.4 Voltage Regulation
No load to full load regulation should be ≤ 5V
2.5 Cable size at the Input and Output of AVR
120 Sq. mm. Aluminum Conductor cable (2 nos. per phase) and one no. 60 sq. mm. Aluminum conductor cable for neutral. The provision for cable termination and cable glands etc. to be provided accordingly. Cable will be supplied by BECIL/Vendor.
2.6 Frequency AVR should work satisfactorily with input frequency range of 50 Hz, +/-2 Hz
2.7 Distortion It should not introduce any output distortion.( To be shown on dual trace CRO )
2.8 AVR Type Indoor, free-floor standing, servo-controlled or any other state-of-the-art technology (sensing and control details to be indicated) with individual phase sensing and control for regulating unbalanced incoming voltage and suitable for unbalanced loads. The unbalance in load can be of the order of 50% of rated load. The output voltage stability with this unbalance (upto 50%) should be within +/-5% of the Nominal output voltage.
2.9 Speed of correction
6 volts/second or better.
2.10 Efficiency The efficiency of AVR shall be 95% or better
2.11 Transformer winding
Electrolytic prime grade copper.
2.12 Insulation Class As per IS amended up to date
2.13 Insulation Lever rated short duration power fluctuation withstand voltage.
As per IS amended up to date
2.14 Metering & Indications
i) Digital meters shall be provided with selector switches for measurement of Phase to Phase & Phase to Neutral voltage on all three phases for Input and Output. ii) Digital ammeter in output on all three phrases. iii) Indications, on control panel shall be provided
for input/output voltage status.
2.15 Mode of operation
Facility should also be available to use AVR as a simple manually operated voltage regulator in case of failure of automatic control system. Selector switches for selection of mode Of operation (AUTO/ MANUAL) and other necessary control switches for this purpose may be provided on the front panel.
2.16 Type of Cooling OIL COOLED
2.17 Type of oil As per IS amended up to date
2.18 Electrical Protection
AVR shall be protected against over loads, short-circuit, over and surge voltage due to system faults, switching operations, and hotspot temperature. Complete details of protections (standard as well as optional) are to be furnished with the tender. MCCB of proper ratings of reputed makes (Siemens/L&T/EE only) are to be provided at the INPUT/OUTPUT.
2.19 Main Selector Switch
A four-position heavy-duty control switch shall be provided for the following operations
2.20 OFF The input supply is cut off.
2.21 TEST Input supply is through but output is cut off.
2.22 ON Input and output both are through.
2.23 BY-PASS arrangement
AVR gets isolated and the input gets directly connected to output.
2.24 Working Temperature
AVR shall work satisfactorily under ambient temperature of -20°C to 50°C and relative humidity of 95% non- condensing at 40°C.
2.25 Time-Delay Switching
An adjustable time delay device shall be provided so that the output is connected to load about 10 to 20 seconds ( adjustable) after the input is/switched on/restored after Power Supply failure or momentary interruption during which period the AVR output voltage will stabilize to the desired preset value.
2.26 Designation Labels Suitable designation labels for all controls etc. shall be engraved on the panel and shall be distinctly visible.
2.27 Connections Star with insulated neutral.
2.28 Terminal arrangement
Cable end boxes for input & output to be provided for termination of 3 ½ core LT Cable suitable for 100 kVA Load.
2.29 Temp. Rise To be indicated
2.30 Component Losses
2.30.1 No load loss(Watts) at 415 V & 50 Hz frequency
To be indicated
2.30.2 Max. Loss (W) at full Load current at Winding temp. of 75°C and 415 V & also at 280 V(Phase to phase input voltage
To be indicated
2.31 Approximate Masses of Core & windings, Tank fittings accessories and Oil quantity Total Mass Kg
To be indicated
2.32 Overall Dimensions
To be indicated
2.32.1 For AVR
2.32.2 For Control Panel
2.32.3 One of the base dimensions should be restricted to 750 mm maximum
2.33 Insulation Insulation resistance between the terminals & body of the regulator shall not be less than 50 mega ohms when measured with 2500 volts meggar at room temperature not exceeding 50°C.
2.34 MECHANICAL CONSTRUCTION
2.34.1 Enclosure The body of AVR shall be made of MS sheet of minimum 16 SWG thickness capable to with stand transit hazards and to provide mechanical protection to the sensitive parts.
2.34.2 Facility for movement
The AVR will be provided with sturdy wheels for ease of movement.
2.34.3 Outer Finish First quality paint after the initial primer coat shall be used to prevent rusting, corrosion etc.
2.34.4 Technical Literature
Two sets complete with circuit details.
2.35 Accessories All the accessories like earthing terminals lifting hook, terminal marking plate, diagram plate, rating plate, oil level gauge with cap, drain valve with plug or cover plate etc. as may be required for installation, operation & maintenance shall be supplied along with the AVR. Optional accessories, if any, may be quoted separately.
2.36 Special Requirements
a) This servo motor operated AVR in automode and in manual mode, is intended to be used for the power supply load of a Radio Broadcast Transmitter to maintain the LT voltage at constant level with specified tolerance. The load current shall be varying continuously above a specified current (called Carrier current and the AVR offered shall have a very good Regulation to take care of the instantaneous current variations.
b) The AVR has to work in a strong RF field laid by Broadcast transmitter system Therefore it is necessary to provide fool-proof earthing for the chasis and screening for the control Electronics including RF bypass arrangement for servo motor and other sensitive circuits of the control panel of the AVR.
c) The AVR shall be free from hunting in auto mode operation on account of line & switching surges as well as instantaneous variation in current due to modulation of broadcaster transmitter.
NOTE: 1. Even though AVR is to be supplied, installed tested & commissioned by the supplier he shall supply the instruction and drawings required for installation, testing & commissioning for the reference of the consignee.
SECTION – IV
SCHEDULE OF REQUIREMENTS (TECHNICAL BID) BECIL requires the following equipment’s / services as per Technical specifications detailed under Section – I, II & III.
The present requirement is for FM Pvt. Broadcasters at FM CTI site-LEH The tenderer shall quote prices of each item separately with necessary breakup details keeping in view the following.
i. Make and Model of each item to be indicated. ii. Indenter reserves the right to choose and decide the quantity of equipment at the time of finalization of
tender.
S. No. Description of Items Qty. Make/Model Tenderer’s Offer
Rate Amount
1. Supply, Installation, Testing and Commissioning of indoor , servo controlled Automatic Voltage Regulator of 415 Volts,3 Phase, 50 Hz, 100 KVA capacity with data logger record path 100 logs (100 faults with LCD display) with all certificates, individual phase sensing and control for regulating unbalanced incoming voltage and suitable for unbalanced loads and conform to the technical specifications in Section – II including the termination of cables for connections/ inter connections along with the associated work of cable lugs, compression glands ,necessary power and one chemical earthing for AVR’s body earth. Supply input/output MCCBs and commissioning at FM CTI site-LEH.
1 Nos.
*Price to be quoted in price bid only
*Price to be quoted in price bid only
2. Insurance & Transportation and unloading at site of the above AVR.
1 JOB
* *
3. a)Installation, first filling of Transformer Oil, consumable hardware, inter-connecting control cabling with cables, input & output supply Cable connection of size 3.5x120 Sq.mm with kits to & fro from AMF panel & from Transformer. Note: (L.T.Cable for the above job will be supplied by BECIL at CTI Leh as per site requirement). b) Testing & Commissioning of the above AVR.
1 JOB 1 JOB
* *
4. Book of instructions for Installation, operation, Testing, Commissioning & Maintenance including finalized drawings.
2 Sets
* *
5. TOTAL * *
6. GST * *
7. Octroi Duty/ Entry Tax(if any) * *
8. Any other charges * *
9. GRAND TOTAL Rupees * *
OPTIONAL
1. Spares(List to be endorsed) 01 set
* *
2. Charge for comprehensive AMC for 3rd, 4th & 5th year after guarantee period. (Detailed items covered under AMC for Repair /Replacement/Routine test checking / Adjustment/Measurement and Periodical Maintenance. Schedule intended to be adopted by the Tenderer shall be enclosed with technical Bid).
1 JOB
*Rate & Amount to be left blank ONLY in Technical Bid.
SECTION – V SCHEDULE OF REQUIREMENTS (PRICE BID)
AIR requires the following equipment’s / services as per Technical specifications detailed under Section – I, II & III.
The present requirement is for FM Private Broadcasters at FM CTI site- LEH The tenderer shall quote prices of each item separately with necessary breakup details keeping in view the following. i) Make and Model of each item to be indicated. ii) Indenter reserves the right to choose and decide the quantity of equipment’s at the time of finalization of
tender. S. No. Description of Items Qty. Make/Model Tenderer’s Offer
Rate Amount
1. Supply, Installation, Testing and Commissioning of indoor , servo controlled Automatic Voltage Regulator of 415 Volts,3 Phase, 50 Hz, 100 KVA capacity with data logger record path 100 logs (100 faults with LCD display) with all certificates, individual phase sensing and control for regulating unbalanced incoming voltage and suitable for unbalanced loads and conform to the technical specifications in Section – II including the termination of cables for connections/ inter connections along with the associated work of cable lugs, compression glands ,necessary power and one chemical earthing for AVR’s body earth. Supply input/output MCCBs and commissioning at FM CTI site-LEH.
1 Nos.
*Price to be quoted in price bid only
*Price to be quoted in price bid only
2. Insurance & Transportation and unloading at site of the above AVR.
1 JOB
* *
3. a)Installation, first filling of Transformer Oil, consumable hardware, inter-connecting control cabling with cables, input & output supply Cable connection of size 3.5cx120 Sq.mm with kits to & fro from AMF panel & from Transformer. Note: (L.T.Cable for the above job will be supplied by BECIL at CTI Leh as per site requirement). b) Testing & Commissioning of the above AVR.
1 JOB 1 JOB
* *
4. Book of instructions for Installation, operation, Testing, Commissioning & Maintenance including finalized drawings.
2 Sets
* *
5. TOTAL * *
6. GST * *
7. Octroi Duty/ Entry Tax(if any) * *
8. Any other charges * *
9. GRAND TOTAL Rupees * *
OPTIONAL
1. Spares(List to be endorsed) 01 set
* *
2. Charge for comprehensive AMC for 3rd, 4th & 5th year after guarantee period. (Detailed items covered under AMC for Repair /Replacement/Routine test checking / Adjustment/Measurement and Periodical Maintenance. Schedule intended to be adopted by the Tenderer shall be enclosed with technical Bid).
1 JOB
SECTION-VI
VENDOR INFORMATION Vendor Information Short Responses can be placed within the cells provided in the tables below. Additional Information can be attached as appendices, but should be explicitly referenced from within the appropriate cells.
Vendor Information Form Company Name Name (print) Signature Title Date E-mail Phone Fax Primary Vendor Contact or Sales Representative Name and Title Address E-mail Telephone Fax Designated Technical Contact for Response Clarification and Questions Name and Title Address E-mail Telephone Fax
CHECK-LIST FOR PRE-QUALIFICATION CRITERIA
S.No. CRITERIA COMPLIANCE
(Yes/No)
Type of Document to be furnished
1. Tender Fee of Rs. 1,000/- Original Demand Draft.
2. EMD of Rs. 10,000/- Original
value.
Demand Draft of total
3. The bidder should be registered. A copy of Company registration (Companies Act 1956, Proprietary firm) should be submitted.
Copy of Registration Certificate.
4. Letter of Authorization from OEM/ Principal manufacture to quote in the tender.
Copy of Letter
5. The bidder should have successfully carried out SITC of AVRs of different ratings in last five years and should submit the documentary proof such as work order/completion certificate etc.
Copy of Certificate.
6. The annual turnover of Bidder in last three
financial years (i.e. 2018-19, 2017-18 & 2016-
17) should not be less than Rs. 5.0 Crore in similar
business. Current Financial Year (2019-20) is not to
be considered.
Copy of balance sheet.
7. The net worth of the company should not be
negative and should submit net worth
certificate.
Copy of CA Certified Statement.
8. Bidder should not have a conflict of interest in
the procurement in question as specified in the
tender documents. Bidder should comply with
the code of integrity as specified in the tender
document.
Self-declaration on letter head.
9. The Bidder should not be insolvent, in
receivership, bankrupt or being wounded up, not
have its affairs administered by a court or a
judicial officer, not have its business activities
suspended and must not be the subject of legal
proceeding for any of the foregoing reasons.
Self-declaration on letter head.
--
10. The technical compliance statement including
bill of material duly signed and stamped by
bidder on their letter head should be submitted
by bidder.
Self-attested as per Section-III
11. The Bidder should have registration with:
a) Registration Certificate
b) PAN & TAN,
c) GSTN
a) Self-attested Copy of
Registration Certificate
b) Self-attested Copy of Service Tax
Registration Number
c) Self-attested Copy of PAN Card &
TAN registration
12. Technical Bid Form Self-attested as per Section-IV
13. Undertaking & Acceptance Letter by the
Contractor
Self-attested a s p e r Annexure-I
14. The AVR offered by bidder should be CPCB
approved.
Type test certificate of each rating of AVR
shall be submitted.
15. The bid can be submitted by OEM directly. Original Authorization certificate / Letter
of Authorization from Principal Company
mentioning the tender reference and
other details i.e. towards after sales
support after project execution is to be
submitted.
--
ANNEXURE- I
UNDERTAKING & ACCEPTANCE LETTER BY THE CONTRACTOR
(To be included in the Technical Bid)
We have carefully gone through the various terms and conditions listed in the Tender Form
(Technical & Price Bid) for Supply, Installation, Testing & Commissioning 100 KVA AVR at CTI-Leh
under FM Phase-III (Batch-II). We agree to all these conditions and are making this offer after
carefully reading the conditions and understanding the same without any kind of pressure or
influence from any source whatsoever. We hereby sign this undertaking in token of our acceptance of
various conditions listed in the tender document.
Date: …………………… Signature: .............................................
Place: …………………… Name & Designation of the Authorized Signatory: ………………………………..
Seal of the Organization:
…………………………………….. Mobile:
……………………………………..
Email: ………………………