[go: up one dir, main page]

0% found this document useful (0 votes)
329 views71 pages

DG Set Installation Tender

The document is a tender notice from Raman Research Institute inviting bids for the Supply, Installation, Testing, and Commissioning of a 750KVA diesel generator set and associated synchronization panel. It also includes electrical work to synchronize the new 750KVA generator set with two existing standalone generator sets of 320KVA and 500KVA capacity for optimal power distribution. The estimated cost of the project is 160 lakhs Indian rupees. Bidders must have experience carrying out similar projects and an average annual turnover of 64 lakhs rupees. The completion period for the work is 5 months from the date of issuing the work order. Important documents like eligibility criteria, technical specifications, and forms for submission are

Uploaded by

saravanan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
329 views71 pages

DG Set Installation Tender

The document is a tender notice from Raman Research Institute inviting bids for the Supply, Installation, Testing, and Commissioning of a 750KVA diesel generator set and associated synchronization panel. It also includes electrical work to synchronize the new 750KVA generator set with two existing standalone generator sets of 320KVA and 500KVA capacity for optimal power distribution. The estimated cost of the project is 160 lakhs Indian rupees. Bidders must have experience carrying out similar projects and an average annual turnover of 64 lakhs rupees. The completion period for the work is 5 months from the date of issuing the work order. Important documents like eligibility criteria, technical specifications, and forms for submission are

Uploaded by

saravanan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 71

RAMAN RESEARCH INSTITUTE

C.V. Raman Avenue, Sadashivanagar

Bengaluru – 560080

Supply, Installation, Testing, Commissioning (SITC) of LT, 415V, Prime duty,


750KVA DG Set and DG Synchronisation Panel. Electrical Work towards
Synchronisation of new one no. 750KVA DG Set with Existing two numbers
of Stand-alone 320KVA and 500KVA DG Sets for Optimal Power distribution.

NIT No: L/256/EB/2022-2023 Dated 14.12.2022

TENDER DOCUMENT

ESTATES AND BUILDINGS – 2022-23

Raman Research Institute, Bengaluru-560080. Page 1 of 71


RAMAN RESEARCH INSTITUTE
C.V. Raman Avenue, Sadashivanagar
Bengaluru - 560080

INDEX

PAGE
SL No CONTENTS
NO
Notice Inviting Tender, Eligibility Criteria, Evaluation Method,
1 3-12
Other terms and conditions & Special conditions.
2 Checklist 13-15

3 Evaluation reference forms, Form-A to Form-D 16-19

4 Technical Specifications 20-43

5 Test Certificates 44-45

6 Schedule of Quantities 46-59

7 Annexure-I -List of Approved Makes 60

8 Annexure-II- Bid Declaration Lieu of EMD 61

9 Annexure-III – Declaration about Not blacklisted 62


and not having poor Records
10 Annexure-IV Technical Particulars 63-64

11 Annexure-V- Conformance standards 65-66

12 Abbreviations 67

13 Annexure-VI- Certificate for Local Content 68

14 Annexure-VII- Project Commitment Letter 69

15 Annexure-VIII- Agreement Form 70

16 Annexure-IX- Drawings 71

Raman Research Institute, Bengaluru-560080. Page 2 of 71


RAMAN RESEARCH INSTITUTE

C.V. Raman Avenue, Sadashiv Nagar


Bengaluru - 560080
NOTICE INVITING TENDER

Tender Notice Number: NIT No: L/256/EB/2022-2023 Dated 14.12.2022


The Raman Research Institute invites Sealed Tenders for Supply, Installation, Testing,
Commissioning (SITC) of LT, 415V, Prime duty, 750KVA DG Set and DGs
Synchronisation Panel.
Electrical Work towards Synchronisation of new one no. 750KVA DG Set with Existing
two numbers of Stand-alone 320KVA and 500KVA DG Sets for Optimal Power
distribution from the Eligible Bidders.
The execution of the work for this Tender shall be carried out simultaneously with another
project by RRI i.e., Up-gradation of 11KV HT & 0.415KV LT Electrical Installation.
Sl.
Description Details
No
Supply, Installation, Testing,
Commissioning (SITC) of LT, 415V, Prime
duty, 750KVA DG Set and DGs
Synchronisation Panel.
1 Title of Work Electrical Work towards Synchronisation of
new one no. 750KVA DG Set with Existing
two numbers of Stand-alone 320KVA and
500KVA DG Sets for Optimal Power
distribution.

2 Estimated cost put to Tender Rs.160.00 Lakhs (Inclusive Of GST)


Period of completion of work in
3 months reckoned from the date Five (5) Months
of issue of work order.
Last date and time for receipt of
4 04.01.2023 UPTO 02:00 P.M Only
Tenders
Rs.1180/- (Inclusive of GST) Tender Document
Fee in the prescribed form mentioned under
5 Tender Document fee Point No. 1, Page 7, should accompany the
Tender enclosed along with the Technical Bid
(envelope).
Rs. 3,20,000.00 (Rupees Three Lakhs Twenty
Thousand only) Earnest Money Deposit in the
6 Earnest Money Deposit (EMD) prescribed form mentioned under Point No. 2 (a),
Page 7, should accompany the Tender enclosed
along with the Technical Bid (envelope).
Important Note: All the Tenderers are requested to attend the Pre-bid meeting to be held on 22.12.2022
at 11:00 A.M at the office of Raman Research Institute, Bengaluru – 560080.

Raman Research Institute, Bengaluru-560080. Page 3 of 71


Eligibility Criteria:

Only those Tenderers fulfilling the following criteria should respond to the Tender.

Documentary proof for the


Sl. eligibility
Eligibility Criteria
No. (Self attested copies to be
submitted along with
Technical Bid)
Should have satisfactorily completed the
works as mentioned below during the last
Seven years from the last date of submission
of bids.

i. Three similar works each costing not less


than Rs.64.00 Lakhs (Rupees Sixty Four
i) Certified copy of work orders,
lakhs only)
Schedule of quantities (BOQ)
(OR)
and Completion certificates
ii. Two similar works each costing not less
issued by the authority
than Rs.96.00 Lakhs (Rupees Ninety-Six
concerned to establish work
lakhs only).
experience.
(OR)
iii. One similar work costing not less than
ii. Completion certificates for
a. Rs.128.00 Lakhs (Rupees One Hundred
works issued by Private parties
twenty-eight lakhs only)
shall be supported by TDS
(AND)
(Tax Deducted at Source)
iv. One Completed similar work of costing not
certificates.
less than the amount equal to Rs.64.00 Lakhs
(Rupees Sixty Four lakhs only ) with any
Note: The above data to be
Central / State Government Organization/
furnished as prescribed under
Central Autonomous Body/ Central Public
FORM - C
Sector undertaking/State public sector
undertaking/City development authority/
Quasi Central/ State government
organisation /Municipal corporation of city
formed under any Act by Central/State
government and published in central/state
Gazette.
Note:
i). Similar work shall mean works of Supply, Installation, Testing &
Commissioning of One Number of minimum 320KVA DG capacity or higher
with associated Electrical works.
Also, Tenderer shall have One over all work in Supply, Installation, Testing
& commissioning of DG Synchronisation panel irrelevant of DG Capacity,
for eligibility.

Raman Research Institute, Bengaluru-560080. Page 4 of 71


ii). The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum, calculated
from the date of completion to last date of submission of bids.
iii). Work executed as sub-contract or joint-venture will not be considered
for eligibility/evaluation.
Should have had average Annual Financial
Certified copy from Chartered
turnover not less than Rs.80.00 Lakhs
b. Accountant for the Annual
(Rupees Eighty Lakhs only) in the last three
Financial turnover and
years ending 31st March 2022.
balance sheet showing Profit &
Should not have incurred any loss in more
Loss as per the format under
c. than two years during the last five years ending
FORM – A.
31st March 2022.
A valid solvency certificate for
this particular Tender to be
submitted for the said value,
Should have a solvency of Rs.64.00 Lakhs issued by any scheduled bank
d (Rupees Sixty-Four Lakhs only) as prescribed under
FORM – B addressed to the
RAMAN RESEARCH
INSTITUTE in this Current
Financial year 2022-2023.
Electrical License
The Bidder shall possess valid Electrical Certified copy of valid
Contractors License of appropriate class and Electrical Contractor’s License
category issued by Central or State Electricity of the bidder.
Authority.

(OR) (OR)

OEM/ OEA of DG Sets i) Copy of Valid OEM/OEA


f
If any of the OEM/ OEA of DG sets, who Certificate.
otherwise meet all the other eligibility criteria
specified in the NIT but not having valid ii) Copy of the License of
electrical license, intent to participate they Contractor who will be
should get the work executed through a executing the work in the
standing tie-up with an established electrical event of an order.
Contractor with valid electrical license in
appropriate class. iii) Proof of established tie-up

i. Statement showing the value


The bidding capacity of the Tenderer
of existing commitment and
should be more than that of the estimated cost
h on-going works as well as the
of the work put to Tender. The bidding capacity
stipulated period of
shall be worked out and declared by the
completion remaining for

Raman Research Institute, Bengaluru-560080. Page 5 of 71


Tenderer and enclosed with the Tender each of the works listed to be
(Technical Bid) based on the formula: furnished as per FORM – D

(AxNx2)-B ii. The value of executed works


N=01 shall be brought to current
Where, costing level by enhancing
A- Maximum value of work executed in one the actual value of work at
year during last 5 years at current price level simple rate of 7% per
taking into account the work annum, calculated from the
completed as well as work in progress. date of completion to last
date of submission of bids.
B- Value of existing commitments and
ongoing work to be completed during
the next ‘X’ years at current price level.

N- Number of years prescribed for


completion of the subject contract for
which bids are invited. It should be
considered as ONE (01)

EVALUATION OF BIDS:

 A duly constituted Technical Evaluation Committee (TEC) will shortlist Tenderers based
on the eligibility criteria of this Tender. The bids conforming to the eligibility criteria will
be considered for further evaluation.
 The Technical Evaluation Committee (TEC) will technically qualify the bids based on detail
scrutiny of all the documents furnished by the Tenderers complying the Technical
Specifications and checklist criteria stipulated in the Tender Document. At this stage, the
committee may inspect the selected works carried out by Tenderers.
 The Financial/price bid of only those Tenderers who have been qualified during the
scrutiny and Technical Evaluation will be opened separately on a specified date in the
presence of Tenderer or their authorised representatives (with due intimation to the
qualified Tenderers) and further processed as per Tender procedure/stipulations.

OTHER TERMS AND CONDITIONS:

The Institute is eligible to issue Central Excise Duty Exemption Certificate or Customs
Duty Concession Certificate. The Institute is not eligible to issue Central Goods and
Service Tax Concession Certificate.

1. Bid documents may be obtained from the Estate office, RRI, Bengaluru on payment of
Rs.1180/- (Inclusive of GST) in the form of DD drawn in favour of Raman Research
Institute, Bengaluru. Those who download the Tender Document from Central

Raman Research Institute, Bengaluru-560080. Page 6 of 71


Public Procurement Portal (CPPP)/ RRI website, should submit a DD for Rs.1180/-
(Inclusive of GST) towards the cost of bid document along with Technical Bid. Submission
of DD for Rs.1180/- (Inclusive of GST) towards the cost of bid document is mandatory.
The Bid submitted without the Tender Document fee will be rejected.

2. Earnest Money Deposit (EMD)


a) Tenders should be accompanied with Earnest Money Deposit (EMD) for value of
Rs. 3,20,000.00 (Rupees Three Lakhs Twenty Thousand only) in the form of Deposit
at Call receipt/ Term Deposit Receipt/ Demand Draft/ Bankers Cheque of any
Scheduled Bank issued in favour of “Raman Research Institute, Bengaluru”. Earnest
Money Deposit should be valid for 180 days from the due date of receipt of Tenders. In
Case, EMD is furnished in the form of DD, the same will be encashed immediately on
opening of Tenders (Technical Bid) and refund of EMD for unsuccessful Tenderers will
be made through Cheque /Electronic mode within a month after the expiration of our
bid validity period or any extension to it.
b) The MSME Units/Enterprises claiming exemption of EMD should submit MSME
UDYOG AADHAAR MEMORANDUM or registration certificate issued by District
Industries Centre (DIC) / Khadi & Industries board (KVIB) / Coir board / National Small
Industries Corporation (NSIC) / Directorate of Handicrafts and handlooms or any other
body specified by Ministry of MSME. The memorandum / certificate submitted should
be for the scheduled work and shall be valid as on due date /extended due date of the
Tender. However, MSME Unit/Enterprises must submit a duly signed Bid Security
Declaration in lieu of EMD as per the format under Annexure – II
Note: It will be applicable for only those bidders who shall produce their own goods or
provide their own services and not applicable for trading purpose. No entrepreneur or
memorandum of application form is acceptable.

3. The Tender should be divided into two parts.


The Tender should be submitted as Technical Bid and Financial bid, in separate sealed
envelopes and indicate their contents as:
a) Sealed Cover 1: Technical Bid:
Superscribed on the Envelope as Name of the Work, NIT number and Technical Bid and
shall contain the following documents:
Detailed literature including Data Sheets of quoted products
supporting documents as per the Eligibility Criteria & Checklist and duly signed Tender
Document except financial aspects of the Tender by the Authorised Signatory before
submission of Bid along with DD towards Tender Document Fee of Rs.1180/- and EMD
(In the prescribed format – as mentioned at Point -2 (a) and/or Copy of MSME certificate
along with a duly signed Bid Security Declaration as per the format under
ANNEXURE – II

b) Sealed Cover 2: Financial bid


Superscribed on the Envelope as Name of the Work, NIT number and Financial bid shall
contain detailed financial outlay with List of deliverables / Bill of materials/ Bill of

Raman Research Institute, Bengaluru-560080. Page 7 of 71


Quantities and services, unit price of items as per the schedule of Quantity in the
Tender Document.
c) Both the covers (a) & (b) mentioned above shall be put in another sealed cloth lined
cover super-scribing the name of work, NIT number and Name of Tenderer. Tenders
submitted in any other manner will be rejected.

4. The Tenders should be complete in all respects and the details specified in this request
should be adhered to before submission. Otherwise, Tenders are liable to be rejected.
5. Tenders should be valid for 180 days from the date of opening of Technical Bid. Bid
submitted with a shorter validity period will be rejected.
6. Work Completion period should be Five Months (5) from the date of issue of Work order.
7. The Unit Price should be mentioned legibly and clearly. Taxes and other levies should be
indicated separately.
8. The Institute will have the right to issue the addendum to Tender Documents to clarify,
amend, modify, supplement or delete any of the conditions, clauses or items/specifications
stated therein, each addendum so issued shall form part of original invitation to Tender
and will be duly notified in the Institute’s website
9. After awarding the work, the final work order quantity may vary than that mentioned in
the Tender Document, depending on the site condition. Up to 25% deviation in quantity,
the Tenderer has to execute the work as per the quoted rates in the Tender. If the deviation
in quantity varies between 25% to 50%, then market rates with Contractor’s profit &
overhead charges of 15% will be considered.
10. The Institute reserves the right to postpone/extend the due date for submission/opening
date of the Tender without assigning any reason.
11. The work should be completed within the stipulated time as per the work order. While the
Institute reserves the right not to accept work in part or full, beyond this date, liquidated
damages at 1% per every week of delay for incomplete works will be levied. Exceptions:
Force Majeure.
12. Successful Installation, Testing and Commissioning (SITC) should be made at the site as
per the Tender Document at RAMAN RESEARCH INSTITUTE, Sadashivnagar, Bengaluru
– 560 080, at suppliers cost and risk.
13. Tenders will be accepted up to 2.00 PM on 04.01.2023, the deadline mentioned and
Technical Bids will be opened at 4.00 PM on 05.01.2023. Those Tenderers and/or their
Authorised Representatives desirous can be present at the time of Tender opening.
14. Performance Guarantee: Successful Tenderer has to provide 3% of performance
security in the form of Bank Guarantee within 15 days after receiving of purchase/ work
order. It should be valid through the period of completion of work, plus six months as
claim period.
15. Security Deposit: Successful Tenderer must submit 3% PBG
immediately as Security Deposit from the date of successful installation and
commissioning, valid through the warranty period, plus six months as claim period.

Raman Research Institute, Bengaluru-560080. Page 8 of 71


16. The opening of the Financial Bid depends on the unconditional clearance given by
the Technical Evaluation Committee after satisfying with the clarifications sought if
any, and such Financial Bid/s will be opened on informing Tenderer/s in due course in
their presence.
17. Any technical clarification required towards submission of offer may please be mailed to
estate@rri.res.in
18. The acceptance or rejection of the bids should vest with RRI, Bengaluru, India. RRI also
reserves the right to reject any or all Tenders in part or in full without assigning any
reasons thereof.
19. Canvassing in connection with Tender will result in disqualification.
20. In the event, no rate has been quoted for any of the item or items, leaving space both in
figure(s), word(s) and amount blank, it will be presumed that the Contractor has included
the cost of this / these item(s) in other items and rate for such item(s) will be considered
as zero and will be required to be executed accordingly.
21. Rates quoted by the Tenderer against each item should be mentioned in figures and words,
which shall be accurately filled in so that there is no discrepancy in the rates written in
figures and words. However, if any discrepancy is found, the rates which correspond with
the amount worked out by the Tenderer shall be taken as final.
22. Even though the Tenderers meet the qualifying criteria, they are subject to be disqualified
if they have made misleading or false representations in the forms, statements and
attachments submitted in proof of the qualification requirements.
23. A self-declaration towards not having record of poor performance such as abandoning the
works/ not properly completing the contract, inordinate delays in completion, litigation
history, or financial failures etc., has to be provided.
24. The Tenderer along with his team, at the Tenderer’s own cost, responsibility and risk is
encouraged to visit and examine the Site of Works and its surroundings and obtain all
information that may be necessary for preparing the Bid and entering into a contract.
Nature of the site, means of access to the site and in general shall themselves obtain all
the necessary information as to risks, contingencies and other circumstances which may
influence or affect their Tender. The Tenderer shall be deemed to have full knowledge of
the site whether he inspects or not and no extra charges consequent on any
misunderstanding or otherwise shall be allowed. (Timings 2.00 pm to 5.00 pm – Monday
to Friday) For any clarification, Tenderer may discuss with the Engineer-in-Charge.
25. The Unit rates and prices should be quoted by the Tenderer entirely in Indian Rupees only.
26. The offer price shall include Transportation, Insurance, Delivery, supply & Installation,
Testing and Commissioning of the complete unit.
27. Any bids received by the Institute after the due Date & Time will be rejected.

Raman Research Institute, Bengaluru-560080. Page 9 of 71


28. Payment terms for the work is as follows:
a. 60% on supply of DG Sets
b. 30% on Successful Installation, Testing, Commissioning, and handing over the
Entire project.
c. 10% on Submission of PBG.
29. The Tenderer, on award of work is expected to enter into an agreement with the Institute
on Rs. 100/- stamp paper as per Annexure – VIII.
30. The Tenderer has to comply with the labour laws while executing the work.
31. The Tenderer will be responsible for the safety and health of all the workers during the
execution of work.
32. The Institute will have no liability to the Tenderer, if he/she incurs loss on account of
stoppage of work or delay due to violation with respect to safety & quality procedure.
33. For specialised items, the work shall be carried out completely as per the manufacturer’s
specifications and recommendations/CPWD specifications/IS specifications, if the item
specifications are incomplete.
34. The work to be carried out under the Contract shall, except as otherwise provided in these
conditions, include all labour, materials, tools, plants, equipment and transport which
may be required in preparation of and for the full and entire execution and completion of
the works. The descriptions given in the Schedule of Quantities shall, unless otherwise
stated, be held to include wastage on materials, carriage and cartage, carrying and return
of empties, hoisting, setting, fitting and fixing in position and all other labours necessary
in and for the full and entire execution and completion of the work as aforesaid in
accordance with good practice and recognized principles.
35. All disputes, arbitration, if any are subject to jurisdiction of courts in Bengaluru only.
36. In addition to the above mentioned all terms & conditions the Tenderer shall execute the
work as per the latest CPWD General Conditions of Contract (GCC).
37. Preference to Make in India
This invitation is only for Class “1” and Class “2” Suppliers as prescribed in “Public
Procurement (Preference to Make in India) order 2017 of GOI. Dept of DIPP” (OM No. P-
4502/2/2017-PP(BE-II) dated 04th June, 2020. Necessary certification for local content
must be submitted by the prospective Tenderers strictly as per Annexure – VII attached
with the Tender Document.
For indicating the price, the Tenderers may choose any/all of the following: The ‘Class-I
Local Supplier’ / ‘Class-II Local Supplier’ at the time of Tender, bidding or solicitation shall
be required to indicate percentage of local content and provide self-certification that the
item offered meets the local content requirement for ‘Class-I Local Supplier’/ ‘Class-II Local
Supplier’ as the case may be.

Raman Research Institute, Bengaluru-560080. Page 10 of 71


PRIOR REGISTRATION AND/OR SCREENING OF TENDERERS:

As per O.M No. F.No.6/18/2019-PPD, dt.23/07/2020, the following condition to be


fulfilled and the Tenderer to submit the following declaration on their Letter head.

I. Any Tenderer from a country which shares a land border with India will be eligible to
bid in this Tender only if the Tenderer is registered with the Competent Authority. A proof
of supporting document should accompany such claim.

II. “Tenderer” (including the term ‘Tenderer’, ‘consultant’ or ‘service provider’ in


certain contexts) means any person or firm or company, including any member of a
consortium or joint venture (that is an association of several persons, or firms or
companies), every artificial juridical person not falling in any of the descriptions of
Tenderers stated hereinbefore, including any agency branch or office controlled by such
person, participating in a procurement process.

III “Tenderer from a country which shares a land border with India” for the purpose of
this Order means: -
a. An entity incorporated, established or registered in such a country; or
b. A Subsidiary of an entity incorporated, established or registered in such a
country; or
c. An entity substantially controlled through entities incorporated, established or
registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint
venture falls under any of the above.

Raman Research Institute, Bengaluru-560080. Page 11 of 71


Special Terms and conditions:

1. Site Engineer (Preferably Electrical Engineer) with experience in similar projects has to be
deployed for this project and the details of the person has to be attached along with the
Technical Bid.
2. The after-sales service has to be provided by the Contractor with support from the OEM.
The support contact details and escalation matrix has to be provided.
3. In the case of Extra items (items that are completely new, and are in addition to the items
contained in the contract), the Contractor may within 15 days of receipt of order or
occurrence of the item(s), claim rate supported by proper analysis, for the work and the
Engineer-in-charge shall within prescribed time limit of the receipt of the claims supported
by analysis after giving consideration to the analysis of the rates submitted by the
Contractor, determine the rates on the basis of market rates and the Contractor shall be
paid in accordance with the rates so determined. All extra item/substitution item will be
derived on the basis of condition of contract of CPWD.
4. Price escalation clause is not applicable.
5. Safety codes and labour regulations
In respect of all labour employed directly or indirectly on the work for the performance of
the Contractor’s part of work, the Contractor at his own expense will arrange for the safety
provisions as per the statutory provisions, B.I.S recommendations, factory act, workman’s
compensation act, CPWD code and instructions issued from time to time.
The Contractor shall provide necessary barriers, warning signals and other safety
measures while executing the work of DG Set installation, cables etc. or wherever necessary
so as to avoid accident. He will also indemnify CPWD against claims for compensation
arising out of negligence in this respect. Contractor shall be liable, in accordance with the
Indian Law and Regulations for any accident occurring due to any cause. The Institute will
not be responsible for any accident occurred or damage incurred or claims arising there
from during the execution of work. The Contractor shall also provide all insurance
including third party insurance as may be necessary to cover the risk. No extra payment
would be made to the Contractor due to the above provisions thereof.
6. Supply of Electricity: - Electricity required for construction shall be arranged by the
Contractor himself. Electricity if supplied to the Contractor by the Institute, will be metered
and amount will be recovered in the Bills as per actual at rates fixed by the Institute.
Supply of electricity from the Institute is not mandatory. Non-supply of electricity by the
Institute cannot be held as reason for shortfall in progress.
7. Machinery for Erection:
All tools and tackles required for unloading / handling of equipment’s and materials at
site, their assembly, erection, testing and commissioning shall be the responsibility of the
Contractor.
8. Care of the Campus & Building:
The Contractor shall ensure the work area of the campus is kept clean and the movements
are controlled so as to avoid disturbance to working departments. The waste shall be
handled in environmentally friendly way. Any damage to the existing service lines during
execution of the work shall be got rectified by the Tenderer at his own cost & risk.

Raman Research Institute, Bengaluru-560080. Page 12 of 71


CHECKLIST

SELF ATTESTED COPY OF THE FOLLOWING DOCUMENTS SHALL BE SUBMITTED ALONG


WITH TECHNICAL BID, FAILING WHICH THE TENDERS ARE LIABLE TO BE REJECTED
YES
SL
CRITERIA / SPECIFICATION / CONDITION /
NO
NO
a) Earnest Money Deposit (EMD) for value of Rs.3.20 Lakhs (Rupees Three lakhs
Twenty Thousand only) in the form of Deposit at Call receipt/ Term Deposit
Receipt/ Demand Draft/ Bankers Cheque of any Scheduled Bank issued in favour
1. of “Raman Research Institute, Bengaluru”.
b) Bid Security Declaration submitted on the letter head as per ANNEXURE – II for
the EMD exempted bidders along with a Copy of Valid MSME Registration
Certificate.
Enclosed Tender Document Fee of Rs.1180/- (Inclusive of GST) in the form of DD,
2. drawn in favour of Raman Research Institute, Bengaluru
Certified copy of valid Electrical Contractor’s License of the bidder
(OR)
i) Copy Valid OEM/OEA Certificate
3.
ii) Copy of the License of Contractor who will be executing the work
in the event of an order
iii) Proof of established tie-up
Tenderers should furnish Self Certified Copies of original documents defining the
4. constitution or legal status, place of registration, and principal place of business,
PAN/GST, EPF and ESI registration certificates.
The Tenderer must not be blacklisted by Central Government, State Government or any
5. Organization in India. A certificate or undertaking to this effect must be submitted.
A self-declaration towards not having record of poor performance such as abandoning
the works/ not properly completing the contract, inordinate delays in completion,
6.
litigation history, or financial failures etc., has to be provided – as per
ANNEXURE - III
Self-certification that item offered meets the local content requirement for Class-I local
supplier’/ ‘Class-II local supplier’ as the case may be. They shall also give details of
7.
the location(s) at which the local value addition is made. Self-attested copy of
Annexure-VII about Make in India - as per ANNEXURE - VI
Tenders should be valid for 180 days from the opening of Bid.
8.
Should have had average annual
financial turnover not less than Certified copy from chartered Accountant
Rs.75.00 Lakhs (Rupees Seventy-Five for the Annual financial turnover and
9.
Lakhs only) in the last three years balance sheet showing Profit & Loss as per
ending 31st March 2022. FORM ‘A’
Should not have incurred any loss in

Raman Research Institute, Bengaluru-560080. Page 13 of 71


more than two years during the last five
years ending 31st March 2022
A valid solvency certificate for this
particular Tender to be submitted for the
Should have a solvency of Rs.58.00 said value, issued by any scheduled bank
10.
Lakhs (Rupees Fifty-Eight lakhs only) as per FORM ‘B’ addressing to RAMAN
RESEARCH INSTITUTE in this current
financial year 2022-2023.
Documentary proof for having executed the work of similar nature and comparable
magnitude as per the list below
Should have satisfactorily completed
the works as mentioned below during
the last Seven years from the last date
of submission of bids.

i. Three similar works each costing not


less than Rs.58.00 Lakhs
(OR)
ii. Two similar works each costing not
less than Rs.87.00 Lakhs i) Certified copy of work orders, Schedule of
(OR) quantities (BOQ) and completion certificates
iii. One similar work costing not less issued by the Authority concerned to
than Rs.116.00 Lakhs. establish work experience.
(AND)
iv. One Completed similar work of ii. Completion certificates for works issued
costing not less than the amount equal by Private parties shall be supported by
11. to Rs.58.00 Lakhs with any Central/ TDS (Tax Deducted at Source) certificates.
State Government Organization/Central
Autonomous Body/Central Public
Sector undertaking/State public sector
undertaking /City development
authority /Quasi Central / state
government organisation /Municipal
corporation of city formed under any Act
by Central/State government and
published in central/State Gazette.
Note:
i). Similar work shall mean works of Supply, Installation, Testing & Commissioning
of One Number of minimum 320KVA DG capacity or higher with associated
Electrical works.
Also, Tenderer shall have One over all work in Supply, Installation, Testing &
commissioning of DG Synchronisation panel irrelevant of DG Capacity, for
eligibility.

Raman Research Institute, Bengaluru-560080. Page 14 of 71


ii). The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to last date of submission of bids.

iii). Work executed as sub-contract or joint-venture will not be considered for


eligibility/evaluation.
Details of similar works completed in the last seven years as per FORM ‘C’
12.

Details of on-going/awarded works as per FORM ‘D’


13.

Guaranteed Technical Particulars of 750KVA DG set and Synchronization panel as per


14. the Annexure IV.

Project commitment letter submitted on the letter head as per the Annexure VII
15.
format.
The bidding capacity of the Tenderer should be more than that of the estimated cost of
16. the work put to Tender. The bidding capacity worked out and declared
(as per Point h of Eligibility Criteria) and enclosed with the Technical Bid

17. Additional Documents, if any.

Raman Research Institute, Bengaluru-560080. Page 15 of 71


FORM ‘A’
FINANCIAL INFORMATION

1. Financial Analysis – Details to be furnished duly supported by figures in balance


Sheet/profit and loss account for the last five years duly certified by the Chartered
Accountant, as submitted by the applicant to the Income Tax Department (copies to be
enclosed)

Particular Financial Year


2017-18 2018-19 2019-20 2020-21 2021-2022
(i) Gross Annual
Turnover

(ii) Profit / Loss

(Standalone)

(iii) Certified by

2. Financial arrangements for carrying out the proposed work.

3. The following certificates are to be submitted:

(a) Profit & loss account certified by CA & as submitted to Income Tax Department for
the Financial Years as indicated above table.

Signature of Chartered
Accountant with seal

Raman Research Institute, Bengaluru-560080. Page 16 of 71


FORM ‘B’
DATE:

FORM OF BANKER’S CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that
M/s.________________________________________________________________________________(with
address) a customer of our bank are/ is respectable and can be treated as good for any
engagement up to a limit of
Rs.______________(Rupees____________________________).

This certificate is issued without any guarantee or responsibility on the bank or any of the
officers.

(Authorized Signature)
For the Bank

NOTE: Banker’s certificate should be:


(1) On the letter head of the Bank.
(2) Addressed to Raman Research Institute & for this particular Tender

Raman Research Institute, Bengaluru-560080. Page 17 of 71


FORM ‘C’
DETAILS OF ALL SIMILAR WORKS COMPLETED IN ALL RESPECT DURING THE LAST SEVEN
YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDERS (STARTING
WITH LATEST WORK)

Date of completion as per


Whether extension of
time of contract was availed

and full address


Nature Of Work

Name of client
Name of Work

Value of Work

Work Order

Completion
Without Levy
With levy Of
Date of
of
Actual

Compensation
Sl No

Compensation

Notes:
i) The Tenderer may submit separate form for giving details of work (completed)
for each year to fill up the details as above. Separate sheets if any shall be
numbered in sequence.

ii) The copies of the work orders for each work should be enclosed.

iii) Certified that the above list of works is complete and no work has been left-out and
the information given is correct to my knowledge and belief.

iv) The hard copy of all similar works completed during the last seven years
ending previous day of last date of submission of Tenders (starting with
latest work) shall also be submitted along with the Technical Bid.

v) Completion certificates for works issued by Private parties shall be


supported by TDS (Tax Deducted at Source) certificates

Raman Research Institute, Bengaluru-560080. Page 18 of 71


FORM ‘D’
DETAILS OF ALL WORKS OF ANY NATURE UNDER EXECUTION OR AWARDED
(No works shall be left out)

Date of completion
As per Work Order

Name of the client


and full address
Of Completion
Expected date

commitment
Name of the

Value of the
Nature of

Expected

During…
Present
Status
Sl No

Work

Work

Work

Notes:

(i) The copies of the work orders for each work be enclosed.

(ii) Certified that the above list of works is complete and no work has been left-out and
the information given is correct to my knowledge and belief.

Raman Research Institute, Bengaluru-560080. Page 19 of 71


I. Technical Specifications

Scope of Work:

Scope of work covers Supply, Installation, Testing and Commissioning of Silent Type, LT Diesel
Generating (DG) Set along with DG control panel/AMF-cum-synchronizing panel, loading and
unloading of DG set at site with associated switchgears, Earthing, Fuel and all items,
auxiliaries and exhaust piping as per the latest CPCB norms with all allied civil works.

1.0 Diesel Generator Set Specification:

Duty : Prime
Power Rating KVA / KW : 750/600
No. of Phases : 3 Phase, 4 wire
Output Voltage and Frequency : 415 V, 50 Hz
Power Factor : 0.8 (lagging)
Speed : 1500 rpm

2.0 Prime Mover/Diesel Engine conforming to ISO 8528 specifications:

2.1. Diesel engine, 4 stroke, water cooled, electric start, of suitable BHP at 1500 RPM suitable
for above output of alternator at 40 Degree C, 50% RH & at 1000 Meter MSL and conforming
to BS 5514, BS 649, IS 10000, capable of taking 10% over-loading for one hour in every 12
hours of continuous operation. The engine will be fitted complete with all the required
accessories.

The engine shall be capable for delivering specified Prime Power rating at variable loads for PF
of 0.8 lag. The average load factor of the engine over period of 24 hours shall be 0.85 (85%) for
prime power output

The engine shall conform to IS: 10000/ ISO 3046/ BS: 649/ BS 5514 amended up to date.

2.2. Necessary certificate indicating the compliance of the above capacity requirement for the
engine model so selected along with compliance of Noise and Emission norms as per latest
CPCB guidelines for DG set, shall be furnished from the manufacturers along with the
Technical Bid. However, manufacturers shall furnish certificate that the Engine for the DG set
complies with the Latest CPCB Emission norms.

2.3. The engine shall be fitted with following accessories subject to the design of the
manufacturer:
(a) Dynamically balanced Fly wheel
(b) Necessary flexible coupling and guard for alternator and engine.
(c) Dry type air filter with clogged condition indicator.
(d) Cooling Radiator.
(e) An Electronic governor to maintain engine speed at all conditions of load.
(f) Daily fuel service tank of minimum capacity of 990ltrs, fabricated from M.S.

Raman Research Institute, Bengaluru-560080. Page 20 of 71


sheet with inlet, outlet connections air vent tap, drain plug and level indicator (gauge)
M.S. fuel piping from tank to engine with valves, unions, reducers, flexible hose
connection and floor mounting pedestals, twin fuel filters and fuel injectors. The
location of the tank shall depend on standard manufacturers design & site condition.
(g) Dry exhaust manifold with suitable exhaust residential grade silencer to reduce the
noise level.
(h) Suitable self-starter for 12 V/ 24 V DC and battery charging alternator.
(i) Battery charging alternator unit and voltage regulator, suitable for starting batteries,
battery racks with interconnecting leads and terminals.
(j) Naturally aspirated/ turbo charger (as per manufacturer standard)
(k) Lube oil pump, oil cooler and Lube oil filter.
(l) Crank case heater as per manufacturer recommendations.
(m) Fuel injection: Engine should have suitable fuel injection system in order to achieve low
fuel consumption.
(n) Fuel control solenoid.
(o) Fuel pump with engine speed adjustment.
(p) Dual Fuel filters with replacement elements.
(q) Engine control panel should be fitted with following accessories/indicators and
should have display: -
i. Start/stop key switch (Either Key / Push Button)
ii. Lube oil pressure indicator.
iii. Water temperature indication.
iv. Tachometer for speed indication with WH meter.
v. Engine Hours indications
vi. Battery charging indicator.
vii. High water temperature indication
viii. Over speed indication
ix. Low lube oil trip indication
x. The unit shall be communication capable for its integration with BMS.
(r) All moving parts of the engine shall be mechanically guarded in such a manner that a
human finger cannot touch any moving parts.
2.4. Governor:
The engine shall be having electronic governor as per ISO 3046/BS 5514 and suitable for AMF
operating with Auto synchronizing, load sharing, load bearing, load dependent starting etc.
using with digital controllers, relays & control modules.
2.5. Frequency Variation:
The engine speed shall be so maintained that frequency variation at constant load including
no load shall remain within a band of 1% of rated frequency. i.e., from no load to full load is
1%.
2.6. Fuel System:
It shall be fed through engine driven fuel pump. A replaceable element of fuel filter
shall be suitably located to permit easy servicing. The daily service tank shall be complete with
necessary supports, gauges, connecting pipe work etc. In case of Top Mounted tanks, non-
return valves are must in fuel supply and return line of specified value. Pipe sealant should
be used for sealing for all connections. No Teflon tape to be used. If piping length is more than
10 meters, detail engineering is required in consultation with OEM/ Manufacturers.

Raman Research Institute, Bengaluru-560080. Page 21 of 71


2.7. Lubricating Oil System:
It shall be so designed that when the engine starts after a long shut down lubrication
failure does not occur. Necessary priming pump for the lub. oil circuit as per recommendation
of manufacturer shall be installed, to keep bearings primed. This pump shall be normally
automatically operative on AC/ DC supply available with the set.

2.8. Accessories:
The following accessories shall be supplied with the DG set.
a) Common base frame for engine and alternator
b) Anti-vibration mounts of requisite capacity
c) Residential silencer.
d) Protective guards for all rotating parts
e) Galvanized sheet trays beneath the engine and day tank to collect the leakage of oil.

2.9. Starting System:


This shall comprise of necessary set of heavy-duty batteries 12V/ 24V DC (as per
manufacturer standard), and suitable starter motors, axial type gear to match with the toothed
ring on the Fly wheel. A timer in the control panel to protect the starter motor from excessively
long cranking runs shall be suitably integrated with the engine protection system and shall
be included within the scope of the work. Battery capacity shall be suitable for meeting the
needs of starting system (as three attempts starting), as well as the requirements of control
panel, indications and auxiliaries such as priming pump as applicable etc. The system shall
be capable of starting the DG set within 20-30 sec., even in winter condition with an ambient
temperature down to 0°C.
The battery shall be supplied complete with electrolyte and accessories like battery
stand, battery leads with terminal ends acrylic top cover and inter battery connectors. Each
battery shall be provided with static battery charger for charging the batteries when DG set is
not running. The charger shall get disconnected while the DG set is running.

2.10. Battery Charger:


The 24V DC, 3-phase Battery charger shall be provided at LT panel room. It is
SMPS based suitable of Trickle & Boost type, and suitable to charge required numbers of
batteries at 24V complete with, transformer, rectifier, charge rate selector switch,
indicating ammeter, voltmeter, and battery over charging protection with audible alarm.
Connections between the battery charger & batteries should be provided with suitable
copper leads with lugs.

2.11. Common Base Plate:


Engine and alternator shall be coupled by means of flex plate/flexible coupling as
per manufacturer standard design and both units shall be mounted on a common base
plate together with all auxiliaries to ensure perfect alignment of engine and alternator
with minimum vibrations. The base plate should be suitable for installation on suitable
anti-vibration mounting system comprising of 6/8 anti-vibration pads duly provided as
per the manufacturers standard.
2.12. Exhaust System:

Raman Research Institute, Bengaluru-560080. Page 22 of 71


2.12.1 Exhaust Piping:

All M.S. Pipes for exhaust lines shall be conforming to relevant IS. The runs forming part of
factory assembly on the engine flexible connections up to exhaust silencer shall be exclusive
of exhaust piping item. The work includes necessary cladding of exhaust pipe work using 50
mm thick/ mineral wool/ Rockwool, density not less than 120 kg/m3 and aluminium
cladding (0.6 mm thick) for the complete portion. The exhaust pipe work includes necessary
supports, foundation etc. to avoid any load & stress on turbo charger / exhaust piping. The
exhaust pipe shall be run on freely supported frame work duly clamped/supported on
independent structure for which, the design and Drawing for such structure shall be got
approved from the Technical Evaluation committee.

a) Exhaust system shall create minimum back pressure.


b) Number of bends shall be kept minimum and smooth bends should be used to
minimize back pressure.
c) Pipe sleeve of larger dia. should be used while passing the pipe through concrete wall
& gap should be filled with felt lining.
d) Exhaust piping inside the Acoustic Enclosure/ Genset room should be lagged with
asbestos rope along with aluminum sheet cladding / insulated to avoid heat input to
the room.
e) Exhaust flexible shall have its free length when it is installed.
f) The exhaust outlet should be in the direction of prevailing winds and should not allow
exhaust gases to enter air inlet/ windows etc.
g) When tail end is horizontal, 45 Degree downward cut should be given at the end of the
pipe to avoid rain water entry into exhaust piping.
h) When tail end is vertical, there should be rain trap to avoid rain water entry. If rain cap
is used, the distance between exhaust pipe and rain cap should be higher than
diameter of pipe. Horizontal run of exhaust piping should slope downwards away from
engine to the condensate trap. Silencer should be installed with drain plug at bottom.
i) Care should be taken to ensure that no carbon particles emitted due to exhaust leakage
enters and deposits on alternator windings and on open connections.
j) Lightning arrester shall be fixed above the exhaust top and it shall be connected to
earth pit.
k) Aviation lamp should be installed at above the exhaust top with view of 360 degree
and control shall be provided in the plant room as required by Technical Evaluation
Committee.
l) The Tenderer needs to confirm with compliance from state/central Pollution
Control Board for Stake exhaust height during execution stage of work.
m) The metallic structure along with civil foundation for the exhaust stake height
of new one no. of 750kVA DG set shall be designed to accommodate two more
exhaust pipes for future DG sets. However, the Tenderer needs to quote the rates
for the stack as per the BOQ. The actual quantity may vary depends upon the
actual executed of the Piping works/Exhaust stack work.

Raman Research Institute, Bengaluru-560080. Page 23 of 71


2.12.2 Support to Exhaust Piping:
Exhaust piping should be supported in such manner that load of exhaust piping is
not exerted to turbocharger.

3.0. Alternator Specification

3.1. Synchronous Alternator:

Continuous rating, Self-excited, screen protected, self-regulated, brush less


alternator, Horizontal foot mounted in Single/Double bearing construction (specify one only)
suitable for the following:
Rated power factor : 0.8 Lagging
Rated voltage : 415 volts
Rated frequency : 50 Hz
No. of Phases : 3 Phase, 4 wire
Enclosure : SPDP
Degree of protection : IP-23
Ventilation : Self ventilated air cooled
Ambient Temperature : 40° C Maximum
Insulation Class :H
Temperature Rise : Within class H limits at rated load
Voltage Regulation : +/1%
Voltage variation : +/- 5%
Overload duration/capacity : 10% for one hour in every 12 hours of
Continuous use
Frequency variation : As defined by the Engine Governor (+/- 1%)
Excitation : Self excitation
Type of AVR : Electronic
Type of Bearing and
Lubrication arrangement : Self Greased, Anti-friction bearings
Standard : IS 4722 & IEC: 34 as amended up to date.

3.2 Alternator should be able to deliver output rating at actual site conditions.

3.3 The alternator shall be fitted with suitable nos. Resistance Temperature Device (RTD) &
Bearing Temperature Device (BTD) along with space heaters. The terminal of space heaters
will be wired to terminal box and the temperature scanner shall be provided in control panel
for scanning the winding and bearing temperature.

3.4 Excitation:
The alternator shall be brushless type and shall be self-excited, self-regulated having static
excitation facility. The exciter unit be mounted on the control panel or on the alternator
assembly. The rectifier shall be suitable for operation at high ambient temperature at site.

3.5. Automatic Voltage Regulators (AVR)

Raman Research Institute, Bengaluru-560080. Page 24 of 71


In order to maintain output terminal voltage constant within the regulation limits i.e., +/-
0.5%, Automatic voltage Regulator (AVR) unit shall be provided as per standard practice of
manufacturer. Also, it shall be compatible for auto synchronization.

3.6. Fault tripping


In the event of any fault e.g., over voltage/ high bearing temperature/ high winding
temperature or an external fault, the AVR shall remove the excitation voltage to the alternator.
An emergency trip shall also be provided.

3.7. Standards
The alternator shall be in accordance with the following standards as are applicable.
i) IS 4722/BS 2613: 1970- Performance of rotating electrical machine.
ii) IS 4889/ BS 269 rules for method of declaring efficiency of electrical machine.

3.8. Performance:
Voltage dip shall not exceed 20% of the rated voltage for any step load or transient
load as per ISO 8528 (Part-1). The winding shall not develop hot spots exceeding safe limits
due to imbalance of 20% between any two phases from no load to full load.
The generator shall preferably be capable of withstanding a current equal to 1.5 times
the rated current for a period of not more than 15 seconds as required vide clause 14.1.1 of
IS 4722:1992
The performance characteristics of the alternator shall be as below:
(a) Efficiency at full load 0.8 P. F : not less than 93.5%
(b) Total distortion factor (%THD) : Less than 3 %
(c) 10% overload : One hour in every 12 hrs. of continuous use
50% overload : 15 seconds

3.9. Terminal Boxes:


Terminal boxes shall be suitable for U.G. cables/ Bus Trunking. The terminal box
shall be suitable to withstand the mechanical and thermal stresses developed due to any short
circuit at the terminals.

3.10. Earthing Terminals:


Two Nos. of earth terminals on opposite side with vibration proof connections,
nonferrous hardware etc. with galvanized plate and passivated washer of minimum size 12
mm dia. hole shall be provided.

3.11. Space Heaters:


Alternator shall be provided with suitable space heaters with thermostats to maintain
the winding temperature automatically such that it does not absorb moisture during long idle
periods. The heater terminals shall be brought to a separate terminal box suitable for 230 V
AC supply and a permanent caution notice shall be displayed.

4. DG Control Panel:
Control panel shall be front-operated cubicle type, free standing, floor mounted panel
shall comply with IS/IEC 61439 Part 1:2011, controlled by suitable rated,

Raman Research Institute, Bengaluru-560080. Page 25 of 71


microprocessor based 1250A, 3/4pole, ACB EDO type suitable for operation on 415V, 3-
phase, 4-wire, 50Hz AC supply system, and to withstand a short circuit level of 50kA RMS
symmetrical. The panel shall be fabricated out of 14SWG CRCA sheet steel with necessary
anti-corrosive treatment and shall be dust and vermin proof construction suitable for
installation on pedestal with following facilities: -
a) Fire and corrosion resistant coating applied in two coats with necessary primer.
b) Fire retardant DMC/SMC fillings for opening around bus bar near the sectional
barriers
c) Facilities in the terminals to have direct termination with aluminum cables
d) Shall have high mechanical strength.
e) Door interlocking facility
f) Shall have fiber barriers
g) Switch body shall be made of fire-retardant materials
h) Shall be mountable in any position in vertical plane for operation and suitable for
horizontal expansion in the future
i) Surface treatment to panel, frame and all steel parts shall be carried out through
seven tank processes.
j) After surface treatment, panel shall be painted through powder coating process with
two coats zinc chromate primer and two coats of powder painting.

4.1.1Metering

Multi-function meter shall be of digital type and possess the following features: -
a) Shall be of size 96 x 96mm
b) Display shall be LED/LCD.
c) Record and read Voltage (V), Current (I), Frequency(f), Power factor(Φ), Active power (P),
Reactive power (Q), Apparent power (S), Energy (kWh), kVAh, kVARh & THD etc.
d) AC/DC auxiliary supply
e) Real-time clock (RTC)
f) Facility to read individual harmonic up to 21st order.
g) Shall have four outputs/ports: RS 485, analog, digital and pulse.
h) Shall be with RS 485 based Serial Communication with MODBUS RTU protocol
i) Meters shall have type tested certified by NABL accredited lab.

4.1.2 Protections
a) 1 no. Combined three-element overcurrent and earth-fault relay IDMT characteristics.
b) 1 no. under Voltage relay.
c) 1 no. over voltage relay.
d) 1 no. emergency STOP push button outside the enclosure.

4.1.3. Annunciations /Alarm:


The annunciation panel shall be integral to DG panel and shall have trip /alarm and visual
indication features in the event of the following:
a) Low lube oil pressure
b) High water temperature
c) Engine over speed

Raman Research Institute, Bengaluru-560080. Page 26 of 71


d) Earth fault
e) Over current
f) Under voltage
g) Over voltage
h) Winding temperature high
i) Bearing temperature high
j) Low fuel level
k) Earth fault on alternator
l) Fail to start
m) Battery charger fault
Under the above conditions, the breaker of alternator shall trip, on engine over speed, low
lube oil pressure, high water temperature, prime mover also shall trip.

5. Acoustic Enclosure:
The acoustic enclosure shall be designed and manufactured confirming to relevant
standards suitable for outdoor installation exposed to weather conditions, and to limit overall
noise level to 75 dB (A) at a distance of 1 mtr. from the enclosure as per Latest CPCB norms
under free field conditions.
The construction shall be such that it prevents entry of rain water splashing into the enclosure
and allows free & quick flow of rain water to the ground in the event of heavy rain. The detailed
construction shall conform to the details as under:

a) The enclosure shall be fabricated out the CRCA sheet of thickness not less than 1.6 mm
on the outside cover with inside cover having not less than 0.6 mm thick perforated powder
coated CRCA sheet.
b) The hinged doors shall be made from not less than 16 SWG (1.6 mm) thick CRCA sheet
and will be made air tight with neoprene rubber gasket and heavy-duty locks.
c) All sheet metal parts should be processed through 7-tank process.
d) The enclosure shall be powder coated.
e) The enclosure shall accommodate the daily service fuel tank of the D.G. Set to make the
system compact. There should be provision of fuel gauge, which should show the level of
the fuel even when the DG Set is not running. The gauge should be calibrated. The fuel
tank should be filled from the outside as in automobiles and should be with a lockable cap.
f) The batteries shall be accommodated in the enclosure in battery rack.
g) The canopy shall be provided with high enclosure temperature safety device.
h) The acoustic lining should be made up of high-quality insulation material i.e., rockwool/
glass/ mineral wool/ PU foam of appropriate thickness & density for sound absorption as
per standard design of manufacturers to reduce the sound level as per CPCB norms. The
insulation material shall be covered with fine glass fiber cloth and would be supported by
perforated M. S. Sheet duly powder coated / GI sheet/aluminum sheet.
i) The enclosure shall be provided with suitable size & No. of hinged type doors along the
length of the enclosure on each side for easy access inside the acoustic enclosure for
inspection, operation and maintenance purpose. Sufficient space will be provided inside
the enclosure on all sides of the D.G. set for inspection, easy maintenance & repairs.
j) The canopy should be as compact as possible with good aesthetic look.
k) The complete enclosure shall be of modular construction.

Raman Research Institute, Bengaluru-560080. Page 27 of 71


l) The forced ventilation shall be as per manufacturer design using either engine radiator fan
or additional blower fan(s). If the acoustic enclosure is to be provided with forced
ventilation, then suitable size of axial flow fan (with motor and auto-start arrangement)
and suitable size axial flow exhaust fan to take the hot air from the enclosure complete
with necessary motors and auto start arrangement should be provided. The forced
ventilation arrangement should be provided with auto stop arrangement to stop after 5
minutes of the stopping of D.G sets.
m) The acoustic enclosure shall be suitable for cable connection through UG cable. Such
arrangements on acoustic enclosure should be water proof & dust-proof conforming to IP-
65 protection.
n) The inside of enclosure shall be provided with at least two nos. Suitable LED light luminaire
controlled by a 5A switch for adequate lighting during servicing etc. of the DG Set. The
power supply to this luminaire should be from the load side of the AMF Panel so that it
can remain energized under all conditions.
o) The acoustic enclosure shall be designed to meet the total air requirement for the D.G. Set
at full load at site conditions as recommended by the engine manufacturer
p) To avoid re-circulation of hot air, durable sealing between radiator and canopy is must.

5.1. Installation:
a) Acoustic enclosures are supplied with built in Anti Vibration Mountings (AVMs) as Such
Gen-set can be installed directly on the leveled surface.
b) Exhaust piping outlet should not be turned towards window / ventilator of home or
occupied building. Provision of rain cap should be ensured.
c) The acoustic enclosure placement should be such that there is no restriction in front of
air inlet and outlet from canopy.
5.2. Service Accessibility:
a) Genet / Engine control panel should be visible from outside the enclosure.
b) Routine / periodical check on engine / alternator (filter replacement and tappet setting
etc.) should be possible without dismantling acoustic enclosure.
c) For major repairs / overhaul, it may be required to dismantle the acoustic enclosure.
d) Sufficient space should be available around the Genset for inspection and service as per
standard.

6.0. Earthing:
This section covers the earthing requirement of DG Set installations. Copper plate
earthing as per standard dimension shall be provided for Neutral Grounding, The GI strip
earthing shall provide for body earthing.
The generating set and all associated equipments control and switch gear and switch
gear panels must be earthed before the set is put into operation.
a) Copper Plate Earthing (for Neutral Earthing)
Providing standard plate earth for earth station with 600x600x3.15mm electrolytic
tinned copper plate at 3.0 Meter depth, conforming to IS:3043 & NBC-2016 with latest
amendments including excavation and refilling of earth and supply of all materials and
providing chamber with necessary civil works using good quality bricks, sand etc. with a
cover plate made of GI for the chamber with all necessary materials complete as required.

b) Body Earthing

Raman Research Institute, Bengaluru-560080. Page 28 of 71


Providing Maintenance Free Earth (MFE) Station with solid earth electrode comprising of
1 nos. of 20.0 mm dia., 3.0 Mtrs. long copper bonded stainless / nickel steel alloy rod,
molecularly bonded copper of 99.9% purity with minimum copper coating thickness of
250 microns including supply of copper coated steel rod. Supply of suitable high grade
copper alloy Rod to tape Clamp - Type ''A'' with extra grip / U-bolt Rod Clamps - Type 'E'
with Double Plate for connecting earthing strip to earth electrode. The rod has been
tested for Dimension, Marking, Tensile Strength, Salt mist, coating thickness, Electrical
resistivity test before and after corrosion test as per IEC 62561-2 & UL 467 meets the
requirements of IS:3043 and IEC 60364-5-54, tested for short circuit current
withstanding capacity. The other materials and tools required for excavation of earth
hard/ soft soil and driving rod in earth with augured hole dia. of 75-100mm in ground
including civil works like excavation & refilling of earth, also including supply and filling
conductivity / earth enhancement compound (confirming to IEC:62651-7 with latest
amendments) filled around the copper bonded steel rod to a minimum depth of 3.0 Mtrs.
from ground level including civil works like excavation & refilling of earth & also
providing precast RCC inspection chamber- with RCC cover slab for each electrode
complete with all interconnections as required.

7. AMF-cum-Synchronizing Panel
Scope:
Design, Fabrication, Supply, Transportation, Testing & successful Commissioning of LT,
415V, DG synchronizing panel for a newly proposed one no. 750KVA DG Set and existing
1 no. 320KVA & 1 no. 500KVA DG Sets in following operating mode (necessary fabrication
works with civil works for foundation, trenches etc., included in the scope of work)
Supply, Installing, Testing and Commissioning of Synchronizing panel, indoor type as
per SLD (mentioned as DG Vendor scope) suitable for the following as per the IS/IEC
61439-1: 2011 standard with the following Major Components like power switchgears
(ACB) & PLC details:

1. Incomer: 1250A, 3P ACB – 3 Nos., EDO type (50 KA)


2. Outgoing-2500A, 4P ACB – 2 Nos., EDO type (50 KA)
3. Bus Coupler-2500A, 4P ACB – 2 Nos., EDO Type (50KA)
4. 800A Neutral Contactor – 4 Nos.
5. PLC Panel & HDMI and DG Synchronous controller and relays etc. as per the SLD
Operation:
1. Utility fails, DG ON automatically.
2. Synchronize the DG Sets
3. Optimize the DG set operations for conserving the fuel as per the load conditions.
4. Manual and Auto Synchronizing of the DG sets shall be provided.
5. DGs shall be operated individually in case, either of the respective TC fails, this shall
be provided in Manual and Auto Mode.
In this case as well, all the interlocks should hold good to avoid back feeding.

Raman Research Institute, Bengaluru-560080. Page 29 of 71


7.1. Operating Modes Detailed:
Augmentation of the DG capacity to the existing 320KVA and 500KVA through the addition
of new one no. 750KVA DG set is proposed for the reliable power supply to the campus in
event of utility failure. RRI through various departments is into extensive research and
hence, power reliability plays an important part while conducting various experiments.

Power reliability is addressed through two modes that are as follows –


a) Synchronization Mode
b) Stand-alone-Auto Mode
c) Stand-alone Manual Mode
Both the modes should operate in Auto and Manual modes. Provision of Test mode is
needed so as to operate the DG sets during maintenance. In all the modes it has to be ensured
there is no back feeding of the power either to utility.
a) Synchronizing – Auto mode: The panel shall be monitoring the health of the incoming
power supply and in event of any alarm like – phase failure, phase reversal (after the
power is restored), over or under voltage, the 750KVA DG set shall kick into operations
and the power shall be immediately restored. The load shall be monitored and based
on the loading of the DG set, the second and third shall be operated to avoid overloading
of the single or set of DG that are in sync and supply the power. As mentioned in the
specifications of the DG sets, the operations shall execute. In this mode, all the
protections like over load, short circuit, reverse power, etc. all complete will be present
the details are mentioned in the DG specifications. Care has to be addressed to avoid
circulating currents in the DG sets.
b) Stand-alone-Auto Mode: The selected DG set (One of the DG-1,2 & 3) shall kick into
running operation as soon as failure of the Utility that shall be sensed through a
centrally installed VMD – (over-voltage, Single Phasing, Phase reversal – Unhealthy
condition).
c) Stand-alone-Manual Mode: The selected DG set (One of the DG-1, 2 & 3) shall be
manually switched ON from the Synchronizing Panel. Option to start the DG set from
the local DG panel.
d) In Stand-alone auto/manual modes of operations, it shall be ensured that only the ACB
of selected DG is switched ON and other two ACBs are in OFF conditions. (Eg.750KVA
is switched ON, if and only if the 320KVA and 500KVA ACBs are in OFF condition).
However, the other two DGs may run dry in case needed for trial purpose, however the
ACBs won’t switch ON as the DG-750KVA is selected through HMI (Human Machine
Interface).

The stand-alone and Synchro. modes of operations are depicted in the SLD through the
power flow diagrams for additional reference to the positions of the ACBs.

The operations of the DG sets should be as mentioned in the Operating Modes in forgoing
pages and the table to be referred indicated in the attached SLD and on the last page.

7.2. Material:

Raman Research Institute, Bengaluru-560080. Page 30 of 71


The Panel shall consist of the following:
a) Control and Metering module: Line voltage monitor. Generator voltage monitor,
Ammeter, 3 times attempt to start facility.
b) ACBs as per the SLDs attached and marked DG set vendor scope of for
auto/manual operation.
c) Auto/manual switch for AMF and Synchronization. The sequence is explained in
the operations of the DG in auto and manual modes.
d) Emergency stop push buttons.
e) Manual start push button
f) Frequency meter.
g) Engine hour and RPM meter. (Taco meter)
h) Two earthing studs.
i) Protection module: The engine shutdown in the unlikely event of low lube oil
pressure, high water temperature (For liquid cooled engine)
j) Indicators with alarm for Full/ Maximum Load on generator.
k) Indicators for Load on mains, Load on D.G. set, Engine fails to start, Emergency
stop.
l) Battery charger complete with transformer/ rectifier, D.C Voltmeter and Ammeter,
selector
m) Switch for trickle, off, and boost charging and current adjustment, Main supply
failure monitor.
n) Timers.
o) Fault reset push button with 8 window Annunciator for each DG set.
All the operations of the DG sets – new – 750KVA & existing – 320KVA and 500KVA.
should be monitored and controlled using PLC interfaced to the Synchronization
controller.
8. PLC Panel
Operation of DG sets shall be monitored, supervised and controlled by PLC panel
i.e. programmable logic controller-based logic panel. In case of mains failure, this logic
panel shall control auto changeover from mains to DG Sets supply and interlocking of
ACBs, auto synchronizing and auto load management functions along with annunciation
for alternator control and protection.
The logic panel shall be provided with a total manual over ride facility. There shall be
Smooth transfer of DG set operation from PLC to manual system & vice versa without any
interruption/tripping. The logic panel shall be complete with all Auxiliary Relays, Timers,
Contactors, Programmable logic controller, control wiring, interconnections etc. with 2.5
sq.mm FRLS. PVC insulated, 1.1 KV grade FRLS copper conductor wires.
Control Philosophy

8.1. Automatic Start & Stop of Engine


The system should come in operation after sensing of grid failure and automatically control
the start & stop of engines, depending on the predefined load setting in the PLC. In case engine
does not start in the first cranking, two more auto commands should be given with proper
intervals. Even then if engine fails to start, indication must appear on MMI (Man
Machine interface). In the event the engines are under loaded i.e. load sensed is capable

Raman Research Institute, Bengaluru-560080. Page 31 of 71


of being catered by less than the capacity of running DG sets then command must be given to
stop required number of excess DG sets after running idle for short duration. Provision to
select no. of DG sets to be started and synchronized at no load to cope up with sudden load
without tripping the DG’s should also be inbuilt into the system.
8.2. Automatic Synchronization
The facility of synchronization will be available in both Auto & Manual mode. In normal
circumstances the auto synchronization will work, however if due to any reason auto
synchronization fails repeatedly the facility for closure of ACB must be available automatically.
In manual mode ACB will be closed by panel push button.
8.3. Automatic Load Sharing
The load sharing will also be automatic, by sensing both active & reactive power.
8.4. Back up Protection
The system should also have followed inbuilt protection other than external relays in
synchronization panel:
Reverse power, Reverse KVAR, Over Current, Under voltage, Over voltage, Under frequency,
Over frequency, synchro-check & earth fault relay except differential relay. Due to any
electrical fault PLC shall trigger the master trip relay.
These PLCs will be state of the art equipment using latest technology and of most rugged and
reliable design. Since they shall be operating in the harsh & unfriendly environment of DG
room, they will be suitable to operate trouble free in those conditions. The chosen equipment
should be able to withstand high temperature, humidity & voltage fluctuations, thus making
it suitable for the operating conditions described above.
8.5. SEQUENCE OF OPERATION
The following sequence of operation shall be achieved through PLC based logic panel in
addition to hardware interlocks as well as software interlocks:
(i) Selection of any generator as a lead generator to achieve the uniform running hours
of all generators.
(ii) Three attempts to start the engine of lead generator. In case the engine fails to start
or does not achieve the requisite speed within the predetermined time, PLC system
declares engine of generator faulty. In this event PLC automatically selects next
generator as the lead generator.
(iii) The PLC system automatically selects starting sequence of other generators on the
basis of the lead generator being selected by the operator.
(iv) Before issuing close command to lead generator air circuit breaker, PLC checks that
ACB of any other generator is not in close position. Then PLC system gives close
command to lead generator ACB. The PLC system tries two times with interval of 5
secs. To close the ACB. Simultaneously, it also gives starting command to next
generator engine in queue depending upon load.
(v) The speed, excitation, frequency and voltage of incoming generator is controlled
identically as per the lead generator starting sequence described above, except
closing of ACB.
(vi) When the lead generator KW crosses more than the 85% of rated capacity of

Raman Research Institute, Bengaluru-560080. Page 32 of 71


DG set, the PLC system performs synchronization sequence for paralleling of
generator prior to switching on of the ACB of 2nd generator. When the KW of 2nd
generator crosses 80% of rated capacity of DG set then the PLC system performs
synchronization sequence for paralleling of next generator prior to switching on the
ACB of 3rd generator and similar sequence to be followed for other DG sets.
(vii) The last incoming generator ACB is tripped when PLC system senses that the total
load on the system is less than the specified load and stops the engine after 5 minutes
of idle running.
(viii) DG sets will start and stop automatically depending on the pre-defined load setting
in the PLC & also all DG sets will operate in load sharing mode.

Apart from this operation modes the PLC shall be able to run the synchronizing system in
smooth manner.
9. Specification of Sandwich Busduct system

9.1. Scope:
Design, Transportation, Supply, Installation, testing and commissioning of the Sandwiched
type compact bus duct as per the approved make, extending the DG emergency supply from
DG Synchronizing Panel to Main LT Power Control Centre (PCC) Panel as per the SLD.
9.2. Material:
A pre-fabricated trunk consisting of Aluminium (AL.) bus bar rated at 2500A, 3-
Phase, 3L+N (100%) + PE (integral earth) and Sandwich type insulated Trunking system and
conforming to IS/IEC 61439-6:2011, reference temperature is 40 degree centigrade and IP55.
The busbar trunking shall be designed and constructed suitable for operational Voltage of
415V/690V/1000V with supply frequency of 50Hz system. The minimum rated insulation
voltage shall be 1.1KV and Impulse withstand voltage of 8KV or higher.
Each rating of busbar trunking shall be ASTA type tested and certified or obtained complete
type report from approved CPRI/NABL lab as per the IS/IEC 61439-6:2011 for short circuit
ratings for one second covering phase, neutral, earth conductor and the housing as an
additional protective conductor.
9.3 Standards:
The Busbar Trunking System shall be designed to comply in accordance with the following
international standards:

IEC 61439-Part 1 : Low voltage switchgear & control gear assembly-General


Rules
IEC 61439-Part6 : Busbar Trunking Systems (busways)
IEC 60529 : Degree of protection
IS 1893-Part 1 : Criteria for Earthquake Resistant Design of Structures.
IEEE 693:2005 : High Seismic Qualification Level
Wherever required and specified, the Busbar Trunking System shall conform to Fire Rating
of 600 deg C for 2 Hours.
Busbar Trunking System should also have Seismic Zone-5, Flame Propagation and Fire
Resistance certification.

Raman Research Institute, Bengaluru-560080. Page 33 of 71


9.4 Design & Construction requirements:

9.4.1. General:
The Busbar Trunking System shall be of sandwich construction, non-ventilated and natural
cooled design. It shall be possible to mount the Busbar Trunking System in any orientation
without affecting the current rating.

9.4.2. Busbars:
a. The busbars should be made of high conductivity electrical grade Aluminium.
b. Purity of Aluminium conductor should not be less than 99.6%.
c. Aluminium busbars should be Tin plated at the joint area
d. Where an earth conductor is required, it shall be possible to provide internal earth
conductor of the same high conductivity material as the phase conductors and at least
of 50% cross section of the phase conductor. Provision for mounting external earth strip
to be provided on both side of busduct if required.
e. It should be possible to provide a 100% Neutral where specified in BOQ.

9.4.3 Insulation:

a. Each bus bar shall be individually insulated by means of Multi-layer Class-F Insulation,
each layer shall have withstand breakdown voltage of minimum 8KV.
b. The insulation material used shall be of minimum Class F (155 deg. C).
c. The insulation should be UL certified.
d. Insulation must be Halogen free & RoHS compliance.

9.4.4 Housing:

a. The housing shall be made of 1.6mm electro-galvanized sheet steel, epoxy powder
coated with RAL7032 shade.
b. Enclosure must be dust & vermin proof
c. IP rating of indoor busduct must be IP-55

9.4.5 Joints:
a. The joint design shall have inbuilt provision of absorbing expansion & contraction of
12mm per joint during operation.
b. The joint insulation must be of single piece moulded design of thermoset material for
longer life and higher temperature withstand & better insulation property.
c. The joint construction must allow +/-3mm adjustment at the time of installation, for
ease of adjusting to site measurement variations.
d. The joint bolt must be insulated with a bolt insulator. The bolt insulator must be of
moulded one piece.
e. The joint design shall have inbuilt provision to prevent excessive insertion of busduct
which can damage the bolt insulator.
f. The busbar ends shall not have holes or slots at the joints to avoid reduction in cross
section area which will lead to temperature increase. The electrical continuity shall be
through pressure plates, achieving a high contact area of joint cross section and
expansion capability.
g. It shall be possible to install and remove the joints without disturbing the adjacent
feeder section.
h. Joint set should have insulators with temperature withstand capacity of class-
F. insulation.

Raman Research Institute, Bengaluru-560080. Page 34 of 71


9.5. Co-ordination for Busbar Trunking System
a. The Contractor shall ensure detailed co-ordination of installation and compatibility of
busbar trunking, Main Power distribution panel and switchgear as appropriate. The
Contractor shall supply, installation, testing and commissioning the busbar trunking
system including flanges, elbows, tap-off boxes, supports etc., of the type and size as
indicated in the drawings and locations designated on the drawings. All busbar and
associated installation shall be in accordance with the following requirements. The
busbar shall carry its rated current without exceeding the temperature rise of 55ºC over
an ambient of 50ºC at 90% relative humidity in any plane without de-rating and without
effecting the local power supply requirements.
b. Connections to Switchgear shall be with flanged end units and exit bars and
connections to either the PCC or Sync Panel shall be with flanged end units, flexibles,
shall be of specific design and manufactured by the busbar trunking manufacturer.
c. The sync panel Contractor shall co-ordinate with the PCC panel Contractor and ensure
the openings provided match to the bus trunk flange units.
d. Busbar layouts indicated in the drawings are based on dimensions of a generic
nature. The Contractor shall include for ensuring the selected busbar system can be
installed in all locations without increase to room size or encroachment to other areas.
e. The Contractor shall carry out all necessary site measurements to ensure the busbar
system is compatible with site dimensions and conditions.
f. Confirm installed weight of busbar trunking with structural engineer.
g. Two runs of earthing strip of suitable size minimum 50mmx6mm
GI strips or as per the standard procedure of IS 3043 shall be continuously run along
with the Bus Trunking system.
h. The busbar trunking shall be properly aligned, and securely fixed, not exceeding 1.5m
(or as recommended by the manufacturer) centres with support adequate to take the
weight of the busbar by means of galvanized fixing brackets; comprising hanger clamp,
fixing channel and damping screw, supplied by the busbar trunking manufacturer.
Additional supports shall be supplied where required and where recommended by the
trunking manufacturer.

9.6 Storage of Bus bar Trunking System


Store bus duct at site continuously in warm dry locations. Bus bars or bus duct will
be rejected if they have been roughly handled or marked at joints or connection points,
or plating is damaged in any way. Do not install bus duct until that portion of the
building is enclosed and dry.

9.7. Method of Construction & Installation


a. The design, manufacture, testing and performance of the busbar trunking system shall
be in accordance with the latest edition of IS/IEC 61439-6:2011 shall be applicable.
b. Vendor shall ensure the BBT Integrator shall study the requirement, prepare the shop
drawings and after getting the approval the manufacturing shall commence.

Raman Research Institute, Bengaluru-560080. Page 35 of 71


c. The busbars shall be totally enclosed in a non-ventilated, low impedance sandwich
design. The busbar trunking shall be sandwiched throughout its entire length, busbar
trunking flared at tap-points are not acceptable.
d. The enclosure shall comprise a non-magnetic aluminium housing with minimum metal
thickness of 5mm top and bottom and 3mm sides. The aluminium housing shall be
unpainted natural finish and fully fault rated and provide additional protection by ASTA
certified integral earthing (PE protective conductor).
e. The housing shall be made of 1.6mm electro-galvanized sheet steel, epoxy powder
coated with RAL7032 shade.
f. Each piece of busbar trunking shall be labelled E, L1, L2, L3, N at both ends to identify
conductor phasing.
g. Minimum enclosure protection shall be IP54 and must be ASTA certified in both
horizontal and vertical positions.
h. Copies of ASTA certificates for enclosure PE short-circuit and IP ratings shall be
submitted to the Engineer for approval.
i. All horizontal runs of the busbar trunking shall be designed for IP55 operation and IP54
for the vertical runs within risers.
j. The Installation manuals detailing handling, storage, installation, energisation,
maintenance and joint assembly must be provided by the manufacturer. The Contractor
shall ensure that the busbar trunking is stored on site in accordance with the
manufacturer’s installation manual, in a clean and dry environment.
k. Use a torque wrench to ensure uniform tension on bus duct joints. After completion of
installation, and before system is turned over to Owners, re-check each bolted joint
with a torque wrench in an approved manner. Torque adjustment shall be as
recommended by Bus Duct Manufacturer.
l. Cover ventilated bus with a weatherproof heavy-duty plastic envelope as soon as it has
been installed. Do not remove this cover until the building is clean and dry and bus
ready to test and energise.
m. Insulation test of each bus duct in an approved manner before it is energised.
n. The Contractor shall include for ensuring that the bus duct selected can be installed in
locations indicated without any increase in contract price and without any increase to
room size or encroachment of other areas.
o. Ensure that adequate Special provision and/or allowance is made for pouring resin
compound when making joints on cast resin busbar.
p. Provide protective sleeves around bus ducts as they pass through walls and floors prior
to making good.

9.8. TESTS TO BE DONE AT FACTORY/WORKS PRIOR TO DESPATCH:

The Bus-duct system shall be tested for the following acceptance/ routine tests as
specified in the relevant standards, before despatch in the presence of Technical
evaluation committee at the works of the supplier, and the test certificates shall be
furnished in triplicate.
a. Operation tests.
b. Measurement of resistance of the main circuits/millivolt drop test for the
joints/interface units.

Raman Research Institute, Bengaluru-560080. Page 36 of 71


c. One minute power frequency voltage dry with stand tests on the circuit breaker
(High Voltage Test).
d. One minute power frequency voltage dry with stand tests on the auxiliary
circuits.

Subject to the clearance from TEC after the satisfactory completion of above tests at
factory/works shall only can be dispatched.

9.9. Measurements
The vertical and horizontal run shall be measured in running meter and rest all
accessories in units mentioned in the bill of quantity.
9.10. Testing:
a. The busduct shall be type tested at a reputed test laboratory (certified by ASTA or ERDA)
for the tests as per IEC-61439 Part-1 (Low voltage switchgear & control gear assembly-
General rules) & Part 6(Bus bar trunking systems & bus ways)
b. Insulation Resistance test (Before & after power frequency Test)
c. Short circuit testing of busduct should be for duration of 1 Sec. Neutral &Earth
conductor should also be tested for 60% short circuit rating of phase conductor
d. Degree of ingress protection (IP rating) shall also be tested at any reputed independent
laboratory as per IEC-60529
e. Busduct should be tested for Seismic Zone-5 & High Seismic Qualification level as per
IEEE: 693
f. Visual inspection of protective checks.
g. Aluminium Purification test certificate.
h. Physical verification & dimensional check.
i. Continuity checks for main bus-bars and Earth continuity checks.
j. All joints shall be checked for their proper tightening shall be done as per the directions
by EIC

9.11. General conditions for Sandwich Busduct System: -

1. General arrangement drawings of Bus-duct system with all details such as accessories,
interface units, supporting arrangement, etc. shall be submitted to the Department and
prior approval shall be obtained from the Department before taking up the fabrication works
of the bus-duct.

2. Bus-duct system complete with all accessories/interfaces shall be guaranteed for a period
of 24 months from the date of commissioning. Defects if any noticed during this period shall
be attended by the supplier including replacement of the defective materials/equipment at
free of cost.

3. Following documents shall be essentially furnished in triplicate during supply.

i. Detailed installation/maintenance manual of sandwich bus-duct system.


ii. Final GA/schematic drawings and other drawings as necessary.
iii. Type test certificates in respect of the bus-duct system.
Factory test reports for bus-duct system.

Raman Research Institute, Bengaluru-560080. Page 37 of 71


10. Specification for Cable Tray:
Steel Wire Mesh Cable Tray
Cable tray manufactured from steel wires, welded together and bent into final shape prior to
surface treatment accordance with the IEC standard 61537.

Hot Dipped Galvanised to EN ISO 1461(formally BS 729 since 1999). Cable tray dimensions
are all internal. Steel Wire Cable Tray will be produced from lateral and longitudinal sidewall
steel wires, with minimum diameters of 4mm for trays of width up to 100mm, 4.5mm for trays
of widths of 300mm, 6.0mm for trays of widths of 400mm,450mm, 500mm, and 600mm. Trays
will be manufactured with a longitudinal ‘T-welded’ safety edge along the top wire of the
sidewall (excluding 30x50).

Trays will be constructed with a 50mm x 100mm mesh configuration. All tray fittings (e.g.,
changes in direction, level and size) shall be constructed on site, to the manufacturer’s
instructions, using side action bolt croppers and fastened using 25mm and 30mm counter
clamps with M6 bolts and nuts, all surface treated as the tray. Trays will be coupled together
using either a fast-spring coupler or a 25mm/30mm counter clamp combination with
supporting lateral splice plate on trays over 300mm width. The coupling will have the same
surface finish as the tray.
Trays can be supplied with cover and suitable cover clips. Trays shall be supported at a
maximum span of 2.5m by the trapeze, wall, floor or channel mounting methods and will not
exceed maximum loads as specified by the manufacturer.

The fixture of the cable trays to the supported systems shall be fast fixing type bolt free system.
Traditional nuts and bolts shall not be used in coupling and fixture of cable baskets to the
support systems. Fire test certification should be published in accordance with the E30/E90
standard. Loading and deflection characteristic of the tray should be tested and the results
published in accordance with the European standard IEC 61537. Suitable size of two runs of
wire of GI of suitable size shall be provided & running along with cable tray.

10.1. Testing & Inspection:


Cable tray/Ladder, bend, T bend, cross and all supports are to be tested for Safe Working
Load (SWL), Load Bearing Test, Deflections, Impact Resistance, Physical Test, Chemical &
Mechanical test, salt spray & Electrical continuity test according to IEC 61537. The cable
tray/ladder should not be deflected more than 1/100th of the span length at SWL in Mid span
and the transverse deflection of all mounting accessories at SWL shall not exceed 1/20th of
the length. The temperature classification of cable tray system should be -5 degree to
+150Degree Celsius.

11. Dispatch Materials to site and their safe custody:


The Contractor shall dispatch materials to site in consultation with the Engineer-in- Charge.
Suitable lockable storage accommodation shall be made available free of charge temporarily.
Watch & ward however, shall be the responsibility of Contractor.
Programme of dispatch of material shall be framed keeping in view the building progress. Safe
custody of all equipment/ items supplied by the Contractor will be the responsibility of the
Contractor till final taking over by the Institute.

Raman Research Institute, Bengaluru-560080. Page 38 of 71


12.Site Information:
The Tenderer should, in his own interest, visit the site and familiarize himself with the
site conditions before Tendering.
Works to be done by Contractor:
Unless otherwise mentioned in the Tender Documents, the following works shall be done
by the Contractor and therefore, their cost shall be deemed to be included in their
Tendered cost-whether specifically indicated in the schedule of work or not: -
a) Foundations for equipments including vibration isolation springs/ pads.
b) Making good all damages caused to the structure during installation and restoring
the same to their original finish.
c) Minor building works necessary for installation of equipments, foundation trench
for fuel line & cable, making of opening in walls or in floors and restoring them to
their original condition/ finish and necessary grouting etc. as required.
d) All supports for exhaust & water pipes, chimney (if included in scope of contract),
cables, anti-vibration pads etc. as are necessary.
e) All electrical work and neutral earthing, body earthing, required for engine &
alternator, main board/ control panels, and control wiring including loop earthing,
if specified in Schedule of Work.
f) All pipes, cable trench and/ or cable connections.
g) Painting of all exposed metal surfaces of equipments and components with
appropriate colour.
Clearance/ Approval of the complete installation from CPCB/ State Pollution Control
Board, Central Electricity Authority (CEA)/ Local Bodies and other licensing authorities,
wherever required are the responsibility of Contractor.
13.Inspection & load testing of DG SET:
TESTING AT FACTORY
RAMAN RESEARCH INSTITUTE reserves rights for inspection and testing at the work of
manufacturer before despatching the goods. The travelling / transportation
arrangement for inspection and testing should be borne by the Contractor.

The DG set with all components shall undergo all acceptance tests and routine tests as
per relevant IS/BS standards at the Manufacturer’s work in the presence of our Engineer-
in-charge before dispatch. Minimum period of 4 hrs. load test shall be conducted at
factory. Manufactures type test certificates for engine and alternator should be submitted
at the time of pre-dispatch inspection.
The tests shall essentially include the following tests:
(a)Alternator:
(i) Insulation Resistance of windings
(ii) Winding resistance tests

Raman Research Institute, Bengaluru-560080. Page 39 of 71


(b)Engine:
(i) Vibration Tests
(ii) Sound Level
(c) DG Set shall undergo Load test with following loads and duration
continuously
1. 25% load for 30 minutes
2. 50% load for 1 Hour
3. 75% load for 1 Hour
3. 100% load for 1 Hour.
4. 110% load for 30 mins.
DG set should be tested with loads (Heater/ Water load).
Test shall include transient load test at various load levels with verification of voltage
dip.
Manufactures type test certificates for engine and alternator should be submitted at
the time of pre-dispatch inspection. All required materials instruments, tools, etc.
and consumable like diesel, lubrication oil and loads (Heater/ Water loads), etc.,
shall be provided by the agency/supplier for conducting the load test.

TESTING AT SITE:

i. The DG set shall be tested with all required acceptance and commissioning tests
in the presence of Engineer-in-charge after installation at site Raman Research
Institute Campus.
Full load test shall be carried out for 12 hours continuously and 110% of load
test shall be carried out any one hour in the 12 hours’ time.
Note:
All required materials instruments, tools, etc., and consumable like diesel,
lubrication oil and loads with required cables (Heater/ Water loads), etc.,
shall be provided by the agency/supplier for conducting the load test at
Site.
ii. Primary and secondary injection tests of all the relays to be conducted at site
before commissioning the DG set and the test results to be submitted. Any other
site test insisted by the CEA Authorities to be conducted.
iii. The Engine shall be filled with of first filling of lubricating oil.

After satisfactory commissioning of the system the following documents shall be


submitted.
a) Maintenance manual for Engine and alternator - 3 Set.
b) Control Panel wiring Diagram - 3 Set.
c) Factory acceptance & site acceptance test reports - 3 Set.

Raman Research Institute, Bengaluru-560080. Page 40 of 71


18. Safety Measures:
All equipments shall incorporate suitable safety provisions to ensure safety of the
operating personnel as per manufacturers‟ standard practice.
19. Statuary Clearance(s):
All liaison services for obtaining necessary approval/authorization required for
handling/transportation/ process methodology/ equipment and complete Installation etc.
from CPCB/State Pollution Control Boards/ Local Bodies/ Central Electricity Authority
(CEA)/ Other licensing authorities wherever required is included in the scope of the
Tenderer. All necessary cost of such services for this approval is included in the scope of
the Tenderers.

However, Government fees in actuals would be reimbursed by the Institute, against


documentary evidences. All local issues for such service would be in the scope of the
Contractor and Institute in no way would be involved in the same.

In case of intermediate inspection by the statutory body for such approval, the
Contractor/ agency should co-ordinate the same with Institute engineers and ensure
themselves available during the inspection.

20. Guarantee:
All equipments shall be guaranteed, against unsatisfactory performance and/ or break
down due to defective design, workmanship or material, for a period of 24 months
from the date of taking over the installation by the department. The equipments or
components, or any part thereof, so found defective during guarantee period shall be
forthwith repaired or replaced free of cost, to the satisfaction of the Technical Evaluation
committee. In case it is felt by the Institute that undue delay is being caused by the
Contractor in attending the defect/ fault removed, the same will be got done by the
Institute at the risk and cost of the Contractor. The decision of the Technical Evaluation
committee in this regard shall be final.
21. Completeness of the Tender, Submission of program, Approval of Drawings and
Commencement of work:

Completeness of the Tender

All sundry equipments, fittings, assemblies, accessories, hardware items, foundation bolts,
supports, termination lugs for electrical connections, cable glands, junction boxes and all
other sundry items for proper assembly and installation of the various equipments and
components of the work will be deemed to have been included in the Tender, irrespective of
the fact that whether such items are specifically mentioned in Tender Documents or not.

Submission of programme

Within Fifteen days (15) from the date of receipt of the letter of acceptance, the successful
Tenderer shall submit his program for submission of drawings, supply of equipment,
installation, testing, commissioning and handing over of the installation to the Technical

Raman Research Institute, Bengaluru-560080. Page 41 of 71


Evaluation committee. This program shall be framed keeping in view the building progress.

Submission of Drawings

The Contractor shall submit the drawings to the Technical Evaluation committee as per the
specification for approval before the start of work.

Commencement of Work
The Contractor shall commence work as soon as the drawings submitted by him are approved.
The drawings are to be submitted by the Contractor within 15 days of stipulated date of start,
and shall be approved by the Technical Evaluation committee within 10 days of receipt in
their office.

21.1. Drawings for Approval on Award of the work:


The Contractor shall prepare & submit three sets of following drawings and get them
approved from the Technical Evaluation committee before the start of the work. The
approval of drawings however does not absolve the Contractor not to supply the
equipments/ materials as per agreement, if there is any contradiction between the
approved drawings and agreement.
i) Lay out drawings of the equipments to be installed including control cables, fuel/
lube oil pipes and supports/ structure for exhaust piping, Chimney and bus ducts/
cable trays.
ii) Drawings including section, showing the details of erection of entire equipments.
iii) Electrical wiring diagrams from engine-alternator set to Electrical control panel,
Electrical control panel to essential LT board including the sizes and capacities of
the various electrical/ control cables and equipment.
iv) Dimensioned drawings of Acoustic enclosure/ Engine-Alternator set and Electrical
control panel.
v) Drawings showing details of supports for pipes, chimney cable trays, ducts etc.
vi) Structural and Foundation Drawings for the Civil works of Stack need to submitted
before commence of work.
vii) Any other drawings relevant to the work.
21.2. Drawings/Documents to be furnished on completion of Installation:
Two sets of the following laminated drawings shall be submitted by the Contractor while
handing over the installation to the Institute. One set shall be laminated
On a hard base for display in the DG set room/room where AMF panel is installed and
another set will be displayed in Estate Office. In addition, drawings will be given on
Compact Disc (CD).
i) DG set installation drawings giving complete details of all the equipments, including
their foundations.
ii) Line diagram and layout of all electrical control/AMF panels giving switchgear
ratings and their disposition, cable feeder sizes and their layout.

Raman Research Institute, Bengaluru-560080. Page 42 of 71


iii) Control wiring drawings with all control components and sequence of operations to
explain the operation of control circuits in AMF panel/PCC.
iv) Manufacturer’s technical catalogues of all equipments and accessories.
v) Operation and maintenance manual of all major equipments, detailing all
adjustments, operation and maintenance procedure.
22. After Sales Service:
The Contractor shall ensure adequate and prompt after sales service free of cost
during guarantee period, and against payment after the guarantee period is over, in
the form of maintenance, spares and personnel as and when required during normal
life span of the equipments and shall minimize the breakdown period. In case of
equipment supplied by other manufacturers the firm shall furnish a guarantee from
the manufacturer for the same before the DG Set installation is taken over.

Raman Research Institute, Bengaluru-560080. Page 43 of 71


TEST CERTIFICATE AND REPORTS

On completion of an electrical installation (or an extension to an installation), following test


certificates are to be provided by the vendor Contractor, countersigned by the certified
supervisor under whose direct supervision the installation was carried out. All the certificates
and test reports shall be accompanied by calibrated test reports of the instruments that were
used for testing along with the serial numbers of the instruments and all the accessories used
with the instrument. (e.g.: Power analyser – Serial number, CT and PT used along with the
analyser)

a) Earth test certificate


b) Insulation Resistance test of all the power cables
c) Quality test certificate of manufacturers of the Glands, Lugs, MCB
d) Routine test report of the Panel
e) Test report of the DG Inspection at Manufactures place and at Site
f) Final commissioning test report of the entire installation after successful commissioning
and before handing over to the Technical Evaluation committee.

All the test certificates and reports shall be addressed to –


The Technical Evaluation committee
RRI, Bengaluru.

Raman Research Institute, Bengaluru-560080. Page 44 of 71


FINAL TEST REPORT
Date:
Ref.:

To,
Raman Research Institute
Sadashivanagar
Bengaluru-80
Sir,

Sub.: Final Test Report of the Project “Supply, Installation, Testing,


Commissioning (SITC) of LT, 415V, Prime duty, 750KVA DG Set and DGs
Synchronisation Panel. Electrical Work towards Synchronisation of new one no.
750KVA DG Set with Existing two numbers of Stand-alone 320KVA and 500KVA DG
Sets for Optimal Power distribution.
Ref.: 1. Work Order –
Tender –
We have completed the entire work “Up-gradation of Electrical Installation (Supply,
Installation, Testing, Commissioning (SITC) of LT, 415V, Prime duty, 750KVA DG Set and DGs
Synchronisation Panel. Electrical Work towards Synchronisation of new one no. 750KVA DG
Set with Existing two numbers of Stand-alone 320KVA and 500KVA DG Sets for Optimal Power
distribution.)” as per the Tender specifications.
During the course of execution of the project, all the latest IE rules, guideline, BIS standard
and regulations were followed, due permissions of concerned authorities before and after
completion of the project were obtained.
The work is commissioned after receiving the permissions of concerned authorities and we
state that the work is successfully completed and we will be responsible for its performance
till the defect liability period is complete.

For and on behalf of M/s._____________________


Address:
Signature
Name
In the capacity of
(DULY AUTHORISED TO SIGN THE BID)

Raman Research Institute, Bengaluru-560080. Page 45 of 71


Schedule of Quantities
Name of the work:
Supply, Installation, Testing, Commissioning (SITC) of LT, 415V, Prime duty, 750KVA
DG Set and DGs Synchronisation Panel. Electrical Work towards Synchronisation of new
one no. 750KVA DG Set with Existing two numbers of Stand-alone 320KVA and 500KVA
DG Sets for Optimal Power distribution.

Rate (Supply
Sl.
Description of Work Unit Qty and Amount
No
Installation) In Figures

Supply, Installation, Testing and


commissioning of 750 KVA Diesel
Generator set as per the detailed
Tender specifications including allied
civil works etc.
The price/ cost shall include for
delivery, Transportation, Insurance,
supply & Installation, testing and
commissioning of 'Silent type' Diesel
1.
Generating set having Prime power
rating of 750 KVA, 415 Volts at 1500
RPM, 0.8 Lagging power factor at 415
Volts suitable for 50 Hz, 3 Phase
system and for 0.85 load factor and
consisting of the followings:
(Note: Condition for load test at
Factory and at RRI site shall be
SET 01
included)
Diesel Engine offered shall be as
per specification and with
following accessories:

Diesel Engine 4 stroke Radiator based


water cooled, electric start, of suitable
BHP at 1500 RPM suitable for above
output with alternator at 40-degree C,
1(a)
50% RH & at 1000-meter MSL and
conforming to BS 5514, BS 649, IS
10000, capable of taking 10% over
loading for one hour in every 12 hours
of continuous operation. The engine
will be fitted complete with all the
required accessories.

Raman Research Institute, Bengaluru-560080. Page 46 of 71


Engine mounted Instrument Panel
fitted with and having digital
display for the following:
(i) Start- Stop switch with key/Either
Push Buttons
(ii) Water Temperature indication
(iii) Lubrication oil pressure
1(b) indication
(iv) Lubrication oil temperature
indication
(v) Battery charging indication
(vi) RPM Indication
(vii) Over speed indication
(viii) Low lubrication Oil trip
indication.
(ix) Engine running Hour’s indication
The engine shall be having electronic
governor and suitable for AMF
operating with Auto synchronizing,
Load sharing, Load bearing, Load
1(c)
dependent starting etc. using with
digital controllers, relays & control
modules.

Alternator:
Synchronous alternator rated at 750
KVA/600KW, 415 Volts at 1500 RPM,
3 Phase, 4 wire, 50 Hz, AC supply
with 0.8 lagging power factor at 40
Degree C, 50% RH & at 1000-meter
MSL. The alternator shall have SPDP
1(d) enclosure, brushless, continuous
duty, self-excited and self- regulated
through electronic AVR conforming to
IS: 4722 / BS 2613 suitable for
tropical conditions and with class H
insulation. AVR should be compatible
for auto synchronization.

Base Frame and Foundation


Both the engine and alternator shall
be mounted on suitable base frame
made of MS channel with necessary
reinforcement which shall be installed
on suitable cement concrete
1(e)
foundation and vibration isolation
arrangement as per
recommendations of manufacturer.
Necessary civil work is in the
Contractor scope.

Raman Research Institute, Bengaluru-560080. Page 47 of 71


Fuel Tank:
Daily service fuel tank of 990Litres
capacity fabricated out of 5mm thick
MS sheet complete with all standard
accessories and fuel piping between
1(f) fuel tank and diesel engine with MS
class 'C' pipes of suitable diameter
etc. Complete with valves, level
indications & accessories as required
as per specifications.

Starting system:
12V / 24V DC starting system
comprising of starter motors: voltage
regulator and arrangements for initial
1(g)
excitation complete with suitable nos.
of batteries as required as per
specifications.

Acoustic and weather proof enclosure


with arrangements for fresh air intake
for cooling of the engine & alternator,
1(h)
extraction, discharging hot air in to
the atmosphere as per specifications.

DG Control Panel:

SITC of DG Control panel shall be


front-operated cubicle type, free
standing, floor mounted panel shall
comply with IS/IEC 61439 Part 1-
2011, controlled by suitable rated,
microprocessor based 1250A, 4-pole
ACB EDO ACB suitable for operation
on 415V, 3phase, 4wire, 50Hz AC
supply system, and to withstand a
short circuit level of 50KA RMS
symmetrical. The panel shall be
1(i) fabricated out of 14SWG GRCA sheet
steel with necessary anticorrosive
treatment and shall be dust and
vermin proof construction suitable for
installation on pedestal all complete
as per the specification. The panel
fabrication shall be 7 tanks processed
and powder coated. After surface
treatment, panel shall be painted
through powder coating process with
two coats of zinc chromite process
and two coats of powder painting
complete as required.

Raman Research Institute, Bengaluru-560080. Page 48 of 71


Unloading, shifting & positioning of
1(j)
DG set.
RATE IN WORDS

Battery Charger

Supply and Installation of 24V DC, 3-


phase Battery charger with battery
leads with boost & trickle charging
facilities and also with 2 nos. of
12Volts, 180AH batteries, DC
2 distribution board, battery stand, and Each 1
battery leads necessary cabling and
supply of all fixing materials as
required and as directed in order to
provide control power supply to HT
panel, control panel and
synchronizing panel.

RATE IN WORDS

DG Exhaust System
Residential type silencer with
necessary supporting arrangements
with spring support, wherever
applicable, as per the latest CPCB
norms with all necessary civil works.
MS pipes as per IS 3589 shall be
supplied. The exhaust system
including the silencer must be sized
to ensure that back pressure on
system does not exceed the back
pressure recommended by engine
3 manufacturer. Silencers and
Horizontal runs shall be supported on
spring exhaust pipe to the
recommended height with thermal
insulation. The exhaust pipe shall be
clamped and adequately supported
on independent structure including
civil works for preparing the suitable
foundation, necessary excavation and
refilling and making the site good. The
height of the stack shall be as per the
latest norms with auto control
aviation lamp, Lighting Arrestor and
Earth pit etc. all complete.

Raman Research Institute, Bengaluru-560080. Page 49 of 71


Supply, and Fixing of Exhaust pipe
with a suitable diameter (as per the
OEM standard) of MS ERW ‘B’ class
pipe confirming to IS: 3589, with
necessary bends, supports and
clamps, antivibration mounting,
3(a) insulation with mineral wool of 50mm Mtrs. 30
thick with wire mesh binding &
0.6mm thickness of aluminium
cladding and 2 coats of Heat
resistance paint suitable to exhaust
temperature etc. complete as per the
detailed specifications.

RATE IN WORDS

Supply, Fabrication, Erection and


Installation of Exhaust stack (Single
Stack system to accommodate of
three exhaust pipes of three DG sets)
for Exhaust pipe, Residential silencer
using ISMC, ISA steel sections
complete including painting with zinc
chromate primer and 2 coats of
enamel paint Including construction
of suitable foundation with necessary
excavation and refilling and making
3(b) the site good. The height of the stack KG 5250
shall be as per the latest norms with
auto control aviation lamp and
earthing pit for Lighting Arrestor for
Self-Supporting Structure. The
weight mentioned is indicative,
however actual measurement will be
done during execution. The Design
and Drawings for the structure work
shall be submitted for approval before
commencement of the work.

RATE IN WORD

Raman Research Institute, Bengaluru-560080. Page 50 of 71


Synchronization Panel
4
Supply, Installing, Testing and
Commissioning of Synchronizing
panel Indoor type as per SLD
(mentioned as DG Vendor scope)
suitable for the following as per the
IS/IEC 61439-1: 2011 standard and
following major components of

1. Incomer:1250A, 3P, ACB-3Nos,


EDO type (50 KA)
2.Outgoing-2500A, 4P, ACB-2Nos,
EDO type (50 KA)

3.Bus Coupler-2500A, 4P ACB-


2Nos, EDO Type (50KA

4.800A Neutral Contactor-3 Nos

4(a) 5.PLC Panel and HDMI, DG


Synchronous controller, and relays
etc. as per the SLD
Along with required control MCB’s,
Indicating Lamps, Digital Multi-
Function Meters with
communication capable port, CTs
Set 1
of various ratings as per the SLD.

Note: In the DG Synchronising panel,


all ACBs shall be Capable to
communicate all parameters using
SCADA Switching with (S/W) MOD
BUS RTU/TCP, Compatible to IEC
61850 protocol along with
inbuilt RS485 ports.

All ACBs shall have breaking capacity


specified as Ics = Iwu= Icu.
The Panel should be free standing on
100mm C-channel, fabricated of
14SWG Gland plate and rest in
16SWG with suitable strengthening
and powder coated in 7-tank process
and colour matching to the other
4(b) panels in the power house. RAL7035.
All the doors shall be earthed using
2.5sqmm copper wires, flat earth strip
shall run along the length of the
panel. - Approval of all the details
is necessary before installation at
site.

Raman Research Institute, Bengaluru-560080. Page 51 of 71


Suitable instrumentation shall be
provided to each of ACBs for all the
individual outgoing ACBs. The meters
– Multi function meter displaying the
electrical parameters like – Voltage
(V), Current (I), Frequency(f), Power
factor(Φ), Active power (P), Reactive
power (Q), Apparent power (S), Energy
(kWh), kVAh, kVARh & THD etc. shall
be communication capable with
RS485 provision.
Please refer the Mode of Operation
with logic & control with PLC is
indicated in SLD & Detailed
specification (Sl. No. 7& 8 in the
4(c)
Detailed Specifications)
Note:
The works towards Installation &
commissioning of all Hardware and
Software along with suitable control &
communication cabling including all
interconnections & associated work
related to electrical Interlock &
communication between from
proposed DG Synchronising Panel to
existing Main PCC panel will be under
the DG vendor scope of work.
Installation and Commissioning of All
Logic as directed by EIC will be under
DG vendor scope.
RATE IN WORDS
5 Earthing System
Copper Plate Earthing for Neutral
Earthing
Providing standard plate earth for
earth station with600x600x3.15mm
electrolytic tinned copper plate at
2.5m depth, conforming to IS:3043 &
NBC-2016 with latest amendments
5(a) Each 2
including excavation and refilling of
earth and supply of all materials and
providing chamber with necessary
civil works using good quality bricks,
sand etc. with a cover plate made of
GI for the chamber with all necessary
materials complete as required.

RATE IN WORDS

Raman Research Institute, Bengaluru-560080. Page 52 of 71


Body Earthing:

Supply & installation of Maintenance


Free Earth (MFE) Station in solid
earth electrode comprising of 1 nos. of
17.0 mm dia., 3.0 mtr long copper
bonded stainless / nickel steel alloy
rod, molecularly bonded copper of
99.9% purity with minimum copper
coating thickness of 250 microns
including supply of copper coated
steel rod. Supply of suitable high
grade copper alloy Rod to tape Clamp
- Type ''A'' with extra grip / U-bolt Rod
Clamps - Type 'E' with Double Plate
for connecting earthing strip to earth
electrode. The rod has been tested for
Dimension, Marking, Tensile
Strength, Salt mist, coating
thickness, Electrical resistivity test
before and after corrosion test as per
5(b) IEC 62561-2 & UL 467 meets the Each 10
requirements of IS:3043 and IEC
60364-5-54, tested for short circuit
current withstanding capa. The other
materials and tools required for
excavation of earth hard/ soft soil and
driving rod in earth with augured hole
dia. of 75-100mm in ground including
civil works like excavation & refilling
of earth, also including supply and
filling conductivity / earth
enhancement compound (confirming
to IEC:62651-7 with latest
amendments) filled around the copper
bonded steel rod to a minimum depth
of 3.0 Mtrs. from ground level
including civil works like excavation
& refilling of earth & also providing
precast RCC inspection chamber-
with RCC cover slab for each electrode
complete with all interconnections as
required & as directed by EIC.
RATE IN WORDS

Supply and laying of electrolytic GI


strip/ GI Wires of following sizes
including supply and fixing using
5(c) MS/Aluminium spacers ,saddles
,welding with all fixing materials
required when laid inside the building
and inclusive of excavation & refilling

Raman Research Institute, Bengaluru-560080. Page 53 of 71


of earth, when laid outside the
building and tinning of all the joints &
terminations interconnections with
earth pit and equipment,
terminations / interconnections in an
approved manner as per IS 3043 (with
latest amendments) inclusive of
supply of all hardwares complete as
required.
50x6mm GI Strip (Hot dipped
Mtrs. 200
Galvanized)
RATE IN WORDS

25x3mm GI Strip (Hot dipped


Mtrs. 250
Galvanized)
RATE IN WORDS

8 SWG (Hot dipped Galvanized) Wire Mtrs. 100


RATE IN WORDS

Supply and laying of following


electrolytic Copper strip including
supply and fixing using
MS/Aluminium spacers ,saddles
,welding with all fixing materials
required when laid inside the
building and inclusive of excavation
& refilling of earth, when laid outside
the building and tinning of all the
joints & terminations
5(d) interconnections with earth pit and
equipment, terminations /
interconnections in an approved
manner as per IS 3043(with latest
amendments) inclusive of supply of
all hardwares complete as required.

50x6mm Copper Strip with black


Mtrs. 50
colour heat shrinkable PVC sleeves

RATE IN WORDS

LT Control Cable
Supply of 1.1 KV grade, XLPE
insulated, and FRLS-PVC overall
sheathed, stranded copper
6 conductor, flat steel strip / wire
armoured cables conforming to
IS:7098/Part - I (with latest
amendments) and of following sizes.
The cables/drum shall bear ISI

Raman Research Institute, Bengaluru-560080. Page 54 of 71


certification mark and including the
cost of making connections, glands,
lugs, ferrules, cable tags complete
and as per the instruction from
Engineer in charge.
24C x 1.5 Sq.mm For AMF RTD BTD
6(a) Mtrs. 150
& Other Controlling of DG set
RATE IN WORDS

3C x2.5 Sq. mm for AC auxiliary


6(b) power supply to cabinet & other Mtrs. 100
small unit inside dg set.
RATE IN WORDS

6(c) 2CX4 Sq.mm for Battery Charging Mtrs. 60


RATE IN WORDS

2CX2.5 Sq.mm for Remote Operation


6(d) Mtrs. 60
of DG set
RATE IN WORDS

Laying of 2C, 3C & 24 core, 2.5/4/1.5


Sq.mm 1.1 kV grade FRLS XLPE
cables armoured Copper conductor
cable in HDPE pipe including supply
and laying of 100mm outer Diameter
HDPE pipe at 750mm below Ground
level including transportation of cable
and HDPE pipe to site, excavation
refilling of earth and drawing the
6(e) Mtrs. 50
Cable through the HDPE pipe as per
specification and as directed by EIC.
laying of 2C, 3C & 24 core,
2.5/4/1.5 Sq.mm 1.1 kV grade
FRLS XLPE cables armoured Copper
conductor cable from 750KVA,
500KVA & 320KVA DG sets to
Synchronising panel (12 Runs of
cables laid in HDPE pipe)
RATE IN WORDS

7 Cable Tray

Supply of 300 mm width x 60mm


Height cable Tray Prefabricated hot Mtrs. 50
dip galvanised perforated cable tray
7(a)
with covers including all necessary
horizontal & vertical bends, tees,
reducers, coupler plates, fasteners,
supports etc as per IEC 61537. Cable

Raman Research Institute, Bengaluru-560080. Page 55 of 71


tray shall have necessary provision
for clamping the cables on the tray.
The cable tray shall be galvanised for
corrosion protection conforming to
DIN EN 10346/ ISO 1461. the tray
should be tested for safe working load
with a span distance of 1.5m and the
deflection shall be within the limit as
per standards. The cable tray shall be
fixed on wall / trench by providing
support with ISA 40x6 mm thick at an
interval of 900mm including angular
support as an additional support of
horizontal angle including
fabrication, grouting to wall, cutting,
welding, painting etc. / using 10mm
dia threaded rod with socket fixed at
ceiling for supporting the cable tray
and all other accessories required and
as directed by the Engineer-in-
charge.
Note: Drawing of the cable tray and
support arrangements shall get
cleared by engineer in charge before
supply / fabrication.
RATE IN WORDS

Installation of the 300 mm width x


60mm Height of cable Tray Pre-
fabricated hot dip galvanised
7(b) perforated cable tray with covers, Mtrs. 50
interconnection and earthing
complete as required and as directed
by EIC.
RATE IN WORDS

8 LT Power Cable
Supply of 300 sq.mm x 3.5 Core
1.1 KV grade, XLPE insulated, and
FRLS-PVC overall sheathed, stranded
Aluminium conductor, flat steel strip
8(a) Mtrs. 300
/ wire armoured cables conforming to
IS:7098/Part - I (with latest
amendments). The cables/drum shall
bear ISI certification mark.
RATE IN WORDS

Laying of 300sq mm x 3.5core 1.1 kV


grade XLPE cables, armoured,
8(b) aluminium conductor cables in Mtrs. 20
existing trench including
transportation of cable to site,

Raman Research Institute, Bengaluru-560080. Page 56 of 71


removing of trench covers and
reclosing the covers after laying the
cables in good condition with supply
of all necessary materials such as
brackets, clamps, MS/GI spacers
complete as required and as directed
by EIC..
Note:
laying of 3.5C x 300 sq.mm XLPE
Aluminium cable: From 750KVA
DG sets to Synchronising panel (3
Runs of cables laid in ground)
RATE IN WORDS

Laying of 300sq mm x 3.5core 1.1 kV


grade XLPE cables, armoured,
aluminum conductor cables in
existing trench including
transportation of cable to site,
removing of trench covers and
reclosing the covers after laying the
cables in good condition with supply
8(c) of all necessary materials such as Mtrs. 25
brackets, clamps, MS/GI spacers
complete as required and as directed
by EIC.
Note: Laying of 3.5C x 300 sq.mm
XLPE Aluminium cable: From
500KVA & 320KVA DG sets to
Synchronising panel (6 Runs of
cables laid in ground)

RATE IN WORDS

Cable End Terminations:


Providing end terminations for
300Sqmm, 3.5 core ,1.1kV grade
FRLS XLPE insulated armoured,
Aluminium conductor cables
including supply of Double
compressor gland, aluminium lugs,
8(d) Each 20
neoprene bushes and other materials
and using one's own tools required
complete with terminal connections
required complete with terminal
connections, earthing of glands
complete as required and as directed
by EIC.

RATE IN WORDS

Raman Research Institute, Bengaluru-560080. Page 57 of 71


9 Sandwich Busduct system

Design, Fabrication, Supply,


Transportation, Installation, testing
and commissioning of 2500A, 1.1kV,
50Hz, 75kA for 1 Sec, 3P+N-100%+PE
Sandwich type Aluminium Busbar
Trunking system as per IEC:60439-6:
2011. Outer casing of system consists
of four C-ribbed section bars,
bordered and riveted with excellent
mechanical, electrical and heat loss
efficiency. The sheet metal is shall be
made of hot galvanized steel 1.5mm
thick having degree of protection
IP55. The busbar conductor shall
have a rectangular cross-section with
rounded corner, Aluminium alloy
with Tin Plating. The Insulation
between the bars is ensured by a
double sheath made of polyester film
Class F. The junction contact shall be
ensured for each phase, insulated
with Class F. Enclosure shall be
painted with RAL7035 resins with a
high resistance to chemical agents.
(130x130mm). Including Fabrication
of brackets, flange ends etc. all
Complete.
Straight Length Horizontal Feeder
9(a) without Tap Off Provision (Panel to Mtrs. 29
Riser)
RATE IN WORDS

Flexible Braid Connections -2500A-


9(b) (Length-300-450mm) @PCC OR Each 4
SYNC PANEL End

RATE IN WORDS

9(c) Flange end Nos 4

RATE IN WORDS

9(d) Horizontal Elbow Nos 4


RATE IN WORDS

9(e) Vertical Elbow with exit bar Nos 4

RATE IN WORDS

Raman Research Institute, Bengaluru-560080. Page 58 of 71


10 Miscellaneous Works

Modification in existing DG sets


(500KVA AND 320KVA) for making it
10(a) Set LS
suitable to synchronize with the new
750KVA DG set.
RATE IN WORDS
Supply, Installation of cable markers
in proper concrete pedestal of size
10(b) 750mm x 300mm x 50 mm (H x W x Nos 10
D) for identifying the cable loop,
cable route etc.

RATE IN WORDS

TOTAL

GST (As applicable)

GRAND TOTAL

Office Use:

Particulars Remarks
Total Number of corrections in the
Schedule of Quantities
Total Number of over writings in the Signature
Schedule of Quantities: of the
Tenderer
Total Number of additions in the
Schedule of Quantities

Raman Research Institute, Bengaluru-560080. Page 59 of 71


ANNEXURE-I

LIST OF APPROVED MAKES

Sl. No. Item Description Suggested Makes


1 Diesel Engine Cummins / Perkin/KOEL/MTU
2 Stamford /TOYO DENKI / Leroysomer
Alternator
(NIDEC)
3 PVC wires Copper Finolex/Havells/KEI/RR/ Polycab –
(FRLS/FRLSH) FRLS-Zero Halogen grade
4 Glands – (Test Certificate) Jainson / Comet / Dowells
5 Dowells /Jainson / Polycab – long
Lugs – (Test Certificate)
barrel for Al. cables
6 LT Switchgear/LT Breakers L&T / Schneider / Siemens / ABB
(ACB, MCB, MCCB) /Legrand
7 Schneider / Siemens/ABB/L&T/
Measuring Instrumentation
SATEC
8 Relays (digital) Schneider / Siemens / L&T / ABB
9 Exide / Amco/ OEM standard
Lead acid batteries
Suppliers
10 XLPE Armoured – Finolex / Polycab /
Armoured LT power cable
Universal / RR / KEI/RPG/Havells
11 ABB/Siemens/L&T/ Schneider/PROK
Protective relays
Dv’s
12 DG set Controller for Auto
Woodward /DIEF/Bermini
synchronisation panel
13 PLC Unit Schneider/Siemens/Rockwell
automation /ABB
14 Sandwich Bus trunking L&T/Legrand/ Schneider Electric/ABB
15 Body Earthing Maintenance free OBO-Bettermann / Erico / Cape
earthing kit with solid earth Electric
electrode & Earth enhancing
16 SPDs OBO- Bettermann/Raycap/ DEHN/ABB
17 Multifunction Meters L&T, SATEC, Elmeasure, Secure
18 Cable Trays Legrand, OBO, Patny system
19 Firex or approved by Local Fire Safety
Fire extinguisher
Authorities
20 HDPE Pipe Dura Line/Carlon/Emtelle/ Rishi

Raman Research Institute, Bengaluru-560080. Page 60 of 71


ANNEXURE II
FORM OF BID-SECURITY DECLARATION

[The Tenderer should fill in this Form on Letter Head in accordance with the instructions
indicated]
To

The Administrative Officer (i/c)


Raman Research Institute
C.V. Raman Avenue, Sadashivanagar,
Bengaluru – 560 080.

Ref: Tender Document No. NIT No: L/256/EB/2022-2023 Dated 14.12.2022


We, the undersigned declare that:
We know that the bid should be supported by a Bid Security Declaration in
accordance with your conditions.

We hereby declare that the prices offered by us against RRI Tender Document
No NIT No: L/256/EB/2022-2023 Dated 14.12.2022 for Supply, Installation, Testing,
Commissioning (SITC) of LT, 415V, Prime duty, 750KVA DG Set and DGs
Synchronisation Panel. Electrical Work towards Synchronisation of new one no.
750KVA DG Set with Existing two numbers of Stand-alone 320KVA and 500KVA DG
Sets for Optimal Power distribution will be firm for a period of 180 days from the opening
of the bid.

We accept to automatically be suspended from being eligible for bidding in any contract in
RRI for a period of 3 years from the date of opening of Bid. If we are in breach of our
obligation(s) under the bid conditions, because we:

After having been notified of the acceptance of our bid by the Contracting Authority within
the period of bid validity:
1) We failed or refused to furnish a Performance Security in accordance with the Condition
of the Tender Document No. L/256/EB/2022-2023 Dated 14.12.2022 OR
2) We failed or refused to sign the contract.
We know that this Bid – Security Declaration will expire, if contract is not awarded to us,
upon:
1) Our receipt of your notification to us of the name of the successful Tenderer or
2) Twenty -eight days after the expiration of our Bid or any extension to it
Dated this ________________ day of_______________________
For and on behalf of M/s._____________________
Address:
Signature
Name
(DULY AUTHORISED TO SIGN THE BID)

Raman Research Institute, Bengaluru-560080. Page 61 of 71


ANNEXURE -III
FORMAT OF UNDERTAKING, TO BE FURNISHED ON COMPANY LETTER HEAD
WITH REGARD TO BLACKLISTING/ NON- DEBARMENT AND NOT HAVING ANY POOR
RECORDS, BY ORGANISATION
To

The Administrative Officer (i/c)


Raman Research Institute
C.V. Raman Avenue, Sadashivanagar,
Bengaluru – 560 080.

Ref: Tender Document No. NIT No: L/256/EB/2022-2023 Dated 14.12.2022


Sub: Tender for Supply, Installation, Testing, Commissioning (SITC) of LT, 415V, Prime
duty, 750KVA DG Set and DGs Synchronisation Panel. Electrical Work towards
Synchronisation of new one no. 750KVA DG Set with Existing two numbers of Stand-
alone 320KVA and 500KVA DG Sets for Optimal Power distribution

We hereby confirm and declare that we, M/s -----------------------------------------,


is not blacklisted/ De-registered/ debarred and not having any poor performance records by
any Government department/ Public Sector Undertaking/ Private Sector/ or any other agency
for which we have Executed/ Undertaken the works/ Services during the last 5 years.

If above declaration found wrong in later stage, our offer this Tender may please be
rejected and work order may be cancelled at any stage of the work. We may also be barred for
participation of further Tenders in your organisation for three years.

For and on behalf of M/s._____________________


Address:
Signature
Name
(DULY AUTHORISED TO SIGN THE BID)

Raman Research Institute, Bengaluru-560080. Page 62 of 71


ANNEXURE -IV
TECHNICAL PARTICULARS OF 750kVA DG SET
The technical particulars requirement/ compliance needs to be filled by
Tenderer. The following details are mandatory requirement, if any columns are not
filled, such Tenders are liable for rejection.
I. Generator Set Specification:
Sl. YES/NO
Technical Particulars Requirement
No.
1. Model No. To be furnished
2. Power rating kVA/kW 750/600
3. No. of Phases Three
4. Output Voltage and Frequency 415V, 50Hz
5. Power Factor 0.8 Lagging
6. RPM 1500
7. BHP To be furnished
8. Governor Electronic Governor

II. Engine Specification:


Sl. YES/NO
Technical Particulars Requirement
No.
1. Make To be furnished as per
Approved List
2. Model No. To be furnished
3. Number and arrangements of To be furnished
cylinder
4. Inbuilt Fuel tank & Capacity To be furnished
5. Fuel High Speed Diesel
6. Fuel Consumption @ 75% load To be furnished
with radiator and fan (litre/hr)
7. Fuel Consumption @ 100% load To be furnished
with radiator and fan (litre/hr)
8. Starting system 24V DC Electrical
9. Cooling Liquid cooled
10. Aspiration Turbocharged, Charge
air cooled

III. Alternator Specification:


Sl. YES/NO
Technical Particulars Requirement
No.
1 Make To be furnished as per
Approved List
2 Frame To be furnished
3 Rating & Type To Be Furnished/
750KVA at 415V,
3Phase, 0.8PF, 3Phase,

Raman Research Institute, Bengaluru-560080. Page 63 of 71


50Hz, 1500RPM brush
less type
4 Enclosure IP 23
5 Voltage regulation (Max) ± 0.5%
6 Class of Insulation H class
7 Excitation PMG or equivalent
8 Winding pitch 2/3
9 Wave form distortion/ Total No load < 1.5%, Non
Harmonic Distortion distorting balanced
linear load < 5 %
10 Sub transient reactance To be furnished
11 Maximum unbalanced load Less than or equal to
across phases 25%
12 Terminal Box Shall be suitable for
terminating 3 Runs of
3.5C X 300 Sq.mm
Aluminium cable.

IV. Acoustic Enclosure:


Sl.
Technical Particulars Requirement YES/NO
No.
1 Make To be furnished
2 Model No. To be furnished
3 Compliance to CPCB Norms GSR 371(E) dated
17.05.2002, GSR 520(E)
dated 01.07.2003, GSR
448(E) dated 12.07.2004,
GSR 771 (E) dated
11.12.2013 & GSR 232
(E) dated 31.03.2014,
Gazette Notification No.
167 dated. 31.03.2014
and Gazette Notification
No. 578 dated.
11.11.2014 amended up
to date.

V. Certificate to be enclosed:

Sl.
Technical Particulars YES/NO
No.
1 Technical Data sheet of offered DG set.
Copy of Dealership/ authorization from Original Equipment
2
Manufacturer referring to this particular Tender.

Raman Research Institute, Bengaluru-560080. Page 64 of 71


ANNEXURE -V
Conformance Standards:
"IS 4722, BS 7500, IEC 34 / 1, ISO 8528-Part-1 to IX, BS 5514, ISO 3046 (Part-I to V)
IEC 34-1, IEC 298, IEC439, IS 13364 Part – II, IS 4899, IS 2147, IS 4722.

(A)Generating Set
ISO 8528 Part - I Application, rating and performances.

Part - II Engines

Part - III A.C. Generator for generating set


Part - IV Control gear & switch gear

Part - V Generating Sets

Part - VI Test methods

Part - VII Technical declaration for specification and design


Part - VIII Low power general purpose generating sets

Part - IX Measurement and evaluation of mechanical vibration


Part - X Measurement of Airborne Noise - Enveloping surface method

Part - XI Security generating sets with uninterruptible power system

(B)Engines

Part - I 1980 Methods of tests for I.C. Engines Part - I - Glossary of terms
relating of test method
Part - II 1980 Standard reference condition
Part - III 1980 Measurements for testing units and limits of accuracy.
Part - IV 1980 Declaration of Power, Efficiency, fuel consumption,
lubricating oil consumption.
IS 10000 Part - V Preparation for tests and measurement of wear
(Naturally
Part - VI Recording of test results.
Aspirated)
Part - VII Governing test for constant speed engines and selection of
engines for use with electrical generators.
Part - VIII Performance tests
Part - IX Endurance test
Part - X Tests for smoke level, limit and correction for smoke level
for variable speed.
Part - XI Information to be supplied by the purchaser to the
manufacturer and information to be supplied by the
manufacturer along with the engine.

Raman Research Institute, Bengaluru-560080. Page 65 of 71


Part - XII Specimen test certificates
Part - XIII Recommendations on nature of tests required for functional
changes in critical components.
BS 5514 Part 5 - 1979 Reciprocating Internal Combustion engines,
Part V 2001 Performance, torsional vibrations.

Part - I 2002 Declaration of powers, fuel and lubrication oil consumption


and test methods.
ISO-3046
Part - 3 - 1989 Test measurement

Part - 4 - 1997 Speed Governing


Part - 6 - 1990 Overspeed protection.
BS 649 Reciprocating Internal Combustion engines, performance,
torsional vibrations.
(C)Alternator

IS 4889/BS - For declaring efficiency of electrical machines.


269
IS 4722 - 1992 Capability of machine to withstand over current/overload.
IS – 13364 Part I 1992 Alternator - Voltage Regulation up-to 20 KVA

IS – 13364 Part II 1992 Alternator - Voltage Regulation above 20 KVA to 80 KVA


IEC 34 -1 - Rotating Electrical machines - Rating & Performance
1983
IP – 21 IS-4691/85 Alternator (Degree of Protection)
(D)Acoustic Enclosure

IS – 8183 Insulation material for sound absorption.


ISO 3744 1998 (E) Acoustics - Determination of sound power levels of noise
sources.
ISO 8528 Part – 10 Measurement of Air borne noise by enveloping surface
method.
1998 (E)
ISO 9614 - 1993 Part - I Requirement of grade - II. Accuracy for insulation.
ISO 9614 - 1996 Part - II Requirement of grade - II. Accuracy for insulation.

(E)Control Panel/ AMF Panel


IS -2147 1962 Degree of protection.
IS – 4722 H.V. testing for panel

Raman Research Institute, Bengaluru-560080. Page 66 of 71


ABBREVIATIONS:
i. In the ‘Item of work/ description of work’ column ‘unit’ column, the various
abbreviations shall mean as below.
ii. MTR/M/m/Rm/Mtrs. shall mean ‘Metre’ in length or breadth or depth.
iii. SQM/Sqm/SM/sqm/M2 /m2 shall mean ‘Square Metre’ in area
iv. Cu.m/cu.m/Cum/M3 /m3 shall mean ‘Cubic Metre’ in volume.
v. Kg/kg/KG shall mean ‘Kilogram’ in weight.
vi. ACB -Air circuit Breaker
vii. EDO -Electrically operated Draw-out type
viii. PCC -Power Control Centre.
ix. MSL-Mean Sea Level
x. SPDP -Screen Protected Drip Proof
xi. BHP- Brake Horse Power
DEFINITIONS:
1. CONTRACT: The ‘Contract’ means the documents forming the Tender and acceptance
thereof and the formal agreement executed between the Raman Research Institute and the
Contractor, together with the documents referred to therein including these conditions,
specifications, design, drawings and instructions issued from time to time by the Engineer-in-
charge and all these documents taken together shall be deemed to form one contract and shall
be complementary to one another.
2. TENDERER/CONTRACTOR: The ‘Contractor’ means the individual or firm or company,
whether incorporated or not, undertaking the work and shall include the legal personal
representatives of such individual or the persons composing such firm or the successors of
such firm or company and the permitted assignee of such individual or firm or firms or
company.
3. MARKET RATE: ‘Market Rate’ shall be the rate as decided by the Engineer-in-charge on
the basis of the cost of materials and labour at the site including applicable taxes, duties and
also the transportation charge to where the work is to be executed plus the percentage
mentioned in schedule `F’ to cover all overheads and profits.
4.TENDERED VALUE: ‘Tendered Value’ means the value of the entire work as stipulated in
the letter of award or work order.

Raman Research Institute, Bengaluru-560080. Page 67 of 71


ANNEXURE-VI
Certificate for Local Content

“We (name of manufacturer) hereby confirm in respect of quoted item(s) that Local Content is
equal to or more than 50% and come under “Class-I Local Supplier” Category. As being “Class
– I Local Supplier”, we are eligible for Purchase Preference under “Make in India” Policy vide
GOI Order Number P45021/2/2017-PP (B.E.-II) dated 15.06.2017 (subsequently revised vide
orders dated 28.05.2018, 29.05.2019 and 04.06.2020)

OR

“We (name of manufacturer) hereby confirm in respect of quoted item(s) that Local Content is
more than 20% but less than 50% and come under “Class-II Local Supplier” Category.

The details of the location (s) at which the local value addition made is/are as under:

1.

2.

3.

*Strike out whichever is not applicable

Date:
Seal & Signature of the Tenderer

NOTE:
1. Self-Certification that the item offered meets the minimum local content (as above) giving
details of the location(s) at which the local value addition is made in case the Tenderer wishes
to avail the benefits under the Make in India policy, if applicable.
2. In cases of procurement for a value in excess of Rs.10 crores, the local supplier shall be
required to provide a certificate from the statutory auditor or cost auditor of the company (in
the case of companies) or from a practicing cost accountant or practicing chartered accountant
(in respect of suppliers other than companies) giving the percentage of local content to avail
the benefits under the Make in India Policy, if applicable.

Raman Research Institute, Bengaluru-560080. Page 68 of 71


ANNEXURE -VII
PROJECT COMMITMENT LETTER

To
Raman Research Institute
Sadashivanagar
Bengaluru-80

Title of the Work: Supply, Installation, Testing, Commissioning (SITC) of LT, 415V,
Prime duty, 750KVA DG Set and DG Synchronisation Panel. Electrical Work towards
Synchronisation of new one no. 750KVA DG Set with Existing two numbers of Stand-
alone 320KVA and 500KVA DG Sets for Optimal Power distribution.

NIT No: L/256/EB/2022-2023 Dated 14.12.2022

Dear Sir,
We hereby confirm and commit with the detailed technical inputs mentioned in the
Tender specifications and abide by the provisions/terms and conditions of the
contract/Tender

For and on behalf of M/s._____________________


Address:
Signature
Name
In the capacity of
(DULY AUTHORISED TO SIGN THE BID)

Raman Research Institute, Bengaluru-560080. Page 69 of 71


ANNEXURE - VIII
AGREEMENT FORM

This agreement is executed on this day ……………. of ……………, 2023 by and between Raman
Research Institute, Bengaluru, a premier research Institute located in Sadashivanagar,
Bengaluru, (hereinafter called as the Institute) of the First Part and
_____________________________________________________________________________
(Name of the Contractor)
having its registered office at ………………………………………………………………. hereinafter
called as the Contractor (which includes its successors, executors and permitted assigns) of
the Second Part.

WHEREAS, Raman Research Institute (RRI) has issued Tender No - ………………………. for
the …… (Name of the Tender) ………… and invited bids for this propose.

The RRI has accepted the bid by the Contractor for the execution and completion of such
works and rectification of any defects therein, at a contract price of
Rs. ……………………

NOW THIS AGREEMENT WITHNESSETH as follows:

1. In this Agreement, words and expression should have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to, and they
should be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by RRI to the Contractor as hereinafter


mentioned, the Contractor hereby covenants with RRI to execute and complete the works and
rectify any defects therein in conformity in all aspects with the provisions of the Contract.

3. RRI hereby covenants to pay the Contractor in consideration of the execution and upon
completion of the works and rectifying the defects wherein the Contract Price or such other
sum as may become payable under the provisions of the Contract at the given time and in the
manner prescribed in the Contract.

4. The following documents are deemed to form and be read and construed as part of this
Agreement.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED
THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

FOR AND ON BEHALF OF RRI FOR AND ON BEHALF OF THECONTRACTOR


(FIRST PART) (SECOND PART)

NAME: NAME:
DESIGNATION: DESIGNATION:
ADDRESS: ADDRESS:

Raman Research Institute, Bengaluru-560080. Page 70 of 71


ANNEXURE – IX

Drawings

https://wwws.rri.res.in/procurements/DRAWING1-SLD-750KVA-22-23.pdf
https://wwws.rri.res.in/procurements/DRAWING2-BBT-and-SYNC-750KVA-22-23.pdf

Raman Research Institute, Bengaluru-560080. Page 71 of 71

You might also like