integrated headuqarters of ministry of defence … · defence, „b‟ wing, room no. 242-a, sena...

44
Tele 23012596 DY/300/2014-15/RTC/4 14 Apr 16 INTEGRATED HEADUQARTERS OF MINISTRY OF DEFENCE (NAVY) DIRECTORATE OF DOCKYARDS TENDER NOTICE NO. DY/300/2014-15/RTC/4 1. Sealed separately quotations in two bid system (technical & commercial) are invited from reputed suppliers for supply and commissioning four sets each of 750 KVA and 1250 KVA motor alternator sets producing 380-480 V, 50 /60 Hz (dual frequency), three phase, for Naval Dockyard, Mumbai 2. The Terms and Conditions and Tender Documents can be obtained from Directorate of Dockyards, Integrated Headquarters of Ministry of Defence (Navy) Room No. 14 , „A‟ Wing, Sena Bhavan, New Delhi – 110011 Telephone No. 011- 23012596 on submission of following documents:- (a) Product range/specialization of the firm. (b) Proof of successful execution / supply of at least 01 similar nature order/equipment in last three years. (c) The supplier must enclose an authorized dealership certificate / authorization letter from the OEM. (d) Demand draft of Rs. 1000/- (non refundable) in favour of :Principal Controller of Defence Accounts (Navy), Mumbai” towards cost of tender documents. (e) Any vendor down loading Tender Documents from Naval Web-site is to enclose a Demand draft of Rs. 1000/-(non refundable) in favour of Principal Controller of Defence Accounts (Navy), Mumbai alongwith documents as per para 2(a) and (b) at the time of submission of Tender. 3. The Tender Document can be downloaded from www.indiannavy.nic.in www.eprocure.gov.in /www.tenders.gov.in 4. All completed tender documents (Technical as well as Commercial bids) should be submitted alongwith Earnest Money of Rs.57,18,000/- (Rupees Fifty Seven Lakhs Eighteen thousand only) for Indian Vendors or USD 8,935 for Foreign vendors along with their bids in favour of Principal Controller of Defence Accounts (Navy),Mumbai. No EMD to be submitted by vendors those who are registered with National Small Industries Corporation (NSIC) or with the Department of Defence Production. ). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. The earnest money will be returned to all the bidders except technically cleared firms on completion of Technical Evaluation. On opening of Commercial Quotes, earnest money will be returned to all except the L1 firm. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract.

Upload: vanxuyen

Post on 31-Jul-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Tele 23012596 DY/300/2014-15/RTC/4 14 Apr 16

INTEGRATED HEADUQARTERS OF MINISTRY OF DEFENCE (NAVY) DIRECTORATE OF DOCKYARDS

TENDER NOTICE NO. DY/300/2014-15/RTC/4

1. Sealed separately quotations in two bid system (technical & commercial) are

invited from reputed suppliers for supply and commissioning four sets each of 750

KVA and 1250 KVA motor alternator sets producing 380-480 V, 50 /60 Hz (dual

frequency), three phase, for Naval Dockyard, Mumbai

2. The Terms and Conditions and Tender Documents can be obtained from Directorate of Dockyards, Integrated Headquarters of Ministry of Defence (Navy) Room No. 14 , „A‟ Wing, Sena Bhavan, New Delhi – 110011 Telephone No. 011-23012596 on submission of following documents:-

(a) Product range/specialization of the firm.

(b) Proof of successful execution / supply of at least 01 similar nature

order/equipment in last three years.

(c) The supplier must enclose an authorized dealership certificate / authorization letter from the OEM.

(d) Demand draft of Rs. 1000/- (non refundable) in favour of :Principal Controller of Defence Accounts (Navy), Mumbai” towards cost of tender documents.

(e) Any vendor down loading Tender Documents from Naval Web-site is to enclose a Demand draft of Rs. 1000/-(non refundable) in favour of Principal Controller of Defence Accounts (Navy), Mumbai alongwith documents as per para 2(a) and (b) at the time of submission of Tender.

3. The Tender Document can be downloaded from www.indiannavy.nic.in www.eprocure.gov.in /www.tenders.gov.in 4. All completed tender documents (Technical as well as Commercial bids) should be submitted alongwith Earnest Money of Rs.57,18,000/- (Rupees Fifty Seven Lakhs Eighteen thousand only) for Indian Vendors or USD 8,935 for Foreign vendors along with their bids in favour of Principal Controller of Defence Accounts (Navy),Mumbai. No EMD to be submitted by vendors those who are registered with National Small Industries Corporation (NSIC) or with the Department of Defence Production. ). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. The earnest money will be returned to all the bidders except technically cleared firms on completion of Technical Evaluation. On opening of Commercial Quotes, earnest money will be returned to all except the L1 firm. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract.

The bid security/earnest money will be liable to be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of his tender. No separate order is required for forfeiture of Bid Security which follows on default and should be credited at once to the Government Account. 5. Tenders documents can be obtained up to 1430 hrs on 03 Jun 16.

6. Time and last date for submission of bids: 1430 hrs on 06 Jun16. 7. Pre Bid Conference. To bring all vendors at par, a pre bid vendor conference will be conducted at 1430 hrs on 02 May 16 at DODY (Directorate of Dockyards), Room No. 14, A Wing, basement, Sena Bhawan, New Delhi. A maximum of two representatives of a vendor would be permitted to attend the conference. Vendors willing to participate in the conference are to confirm the names of their representatives by 29 Apr 16 to DODY, Tele No. 011-23012596, Fax 011-23010602

8. The bid opening will be intimated to bidders.

9. Bidders are requested to offer their best discounted price.

10. Purchaser reserves the right to reject any tender documents without assigning any reasons.

11. Conditional tenders will not be accepted.

12. For further information please visit Naval Web-site www.indiannavy.nic.in www.eprocure.gov.in /www.tenders.gov.in (P S Malhotra) Commander Joint Director of Dockyards

REQUEST FOR PROPOSAL

(Integrated Headquarters of Ministry of Defence(Navy) Sena Bhavan, New Delhi - 110011)

Our Ref : DY/300/2014-15/RTC/4 Date : 14 Apr 16

INVITATION OF TECHNICAL AND COMMERCIAL BIDS FOR SUPPLY AND

COMMISSIONING OF FOUR SETS EACH OF 750 KVA AND 1250 KVA MOTOR ALTERNATOR SETS PRODUCING 380-480 V, 50 /60 Hz (DUAL FREQUENCY), THREE

PHASE, FOR NAVAL DOCKYARD, MUMBAI 1. Bids (Technical and Commercial) in separate sealed cover are invited for supply of items from Indian vendors only listed in Part II of this RFP. Please superscribe the above mentioned Title, RFP number and date of opening of the Bids on the sealed cover to avoid the Bid being declared invalid. 2. The address and contract numbers for sending bids or seeking clarifications regarding this RFP are given below:-

(a) Bids/queries to be addressed to. Directorate of Dockyards, Integrated Headquarters of Ministry of Defence (Navy), Room No. 14 , A Wing, Sena Bhavan,New Delhi – 110 011

(b) Postal address for sending the bids:- Same as (a)

(c) Name/designation of the contract personal:- Cdr P S Malhotra, Joint Director

of Dockyards (EPC)

(d) Telephone No. of the contract personnel: 011-23012596

(e) E-mail ids of contract personnel: [email protected]

(f) Fax Number: 011-23010602/23012596 3. This RFP is divided into five parts as follows:-

(a) Part I. Contains General Information and instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. (b) Part II. Contains essential details of the items/services required, such as the schedule of requirements (SOR), Technical specifications, Delivery Period, Mode of Delivery and Consignee details.

(c) Part III. Contains Standard Conditions of RFP, which will form part of the contract with the successful Bidder.

(d) Part IV. Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

(e) Part V. Evaluation Criteria & Price Bid issues.

4. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary and part thereof at any stage. Buyer also reserve the right to withdraw the RFP, should it become necessary at any stage.

(P S Malhotra) Commander

Joint Director of Dockyards

Part I – General information

1. The Tender Document can be downloaded from www.indiannavy.nic.in www.eprocure.gov.in /www.tenders.gov.in 2. Any vendor down loading Tender Document from Naval Web-site is to enclose a Demand draft of Rs. 1000/-(non refundable) in favour of Principal Controller of Defence Accounts (Navy), Mumbai along with following documents at the time of submission of Tender:

(f) Product range/specialization of the firm. (g) Proof of successful execution / supply of at least 01 similar nature

order/equipment in last three years. (c) The supplier must enclose an authorized dealership certificate / authorization letter from the OEM

3. Last date and time for depositing the Bids. Your sealed quotation (Technical and Commercial) should reach this office latest by 1430 hrs on 06 Jun 2016. The responsibility to ensure this lies with the bidder. 4. Manner of depositing the Bids. Sealed Bids should be either dropped in the Tender Box marked as “DODY‟s Tender Box” or sent by registered post at the address given above so as to reach by the due date and time. Late tenders will not be considered. No responsibility will be taken for postal delay or non delivery/non-receipt of Bid documents. Bids sent by FAX or e-mail will not be considered (unless they have been specifically called for by these modes due to urgency). 5. Location of the Tender Box. The sealed quotations addressed to Directorate of Dockyards, Integrated Headquarters of Ministry of Defence (Navy), Room No. 14 ,A Wing, Sena Bhavan, New Delhi – 11 should be dropped in Tender Box marked as “DODY‟s Tender Box” kept near the reception office at Gate No. 1, Opposite DRDO Bhawan, Sena Bhawan, New Delhi. Only those Bids that are found in the tender box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid. 6. Place of opening of the Bids. Office of the Director (Navy-ll) Ministry of Defence, „B‟ Wing, Room No. 242-A, Sena Bhavan, New Delhi – 11. The Bidders may depute their representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Rates and important commercial/technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative. 7. Two-Bid system: Only the Technical Bid would be opened first. The time and date of opening the bid will be intimated to the bidder . Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical evaluation is done by the Buyer 8. Forwarding of Bids. Bids should be forwarded by Bidders under their original memo / letter pad inter alia furnishing details like TIN number, VAT/CST number, Bank address with EFT Account if applicable, etc and complete postal & e-mail address of their office. 9.. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than 14 (fourteen) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents.

10. Modification and Withdrawal of Bids. A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidder‟s forfeiture of bid security. 11. Clarification regarding contents of the Bids. During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained. 12. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected. 13. Unwillingness to quote. Bidder unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this RFP. 14. Validity of Bids. The Bids should remain valid for 12 months from the last date of submission of the Bids. 15. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 57,18,000/- (Rupees Fifty Seven Lakhs Eighteen thousand only) for Indian Vendors or USD 8,935 for Foreign vendors along with their bids in favour of Principal Controller of Defence Accounts (Navy),Mumbai.. The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct government business as per Form DPM-13 (Available in MoD website and can be provided on request). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered for the same item/range of products/goods or services with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender.

(P S Malhotra)

Commander Joint Director of Dockyards

Part II – Essential Details of Items/Services required

The Bidder is required to give confirmation of their acceptance of the Essential Details of Items/Services required of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder. 1. Schedule of Requirements – List of items / services required is as follows:

SUPPLY AND COMMISSIONING OF FOUR SETS EACH OF 750 KVA AND 1250 KVA MOTOR ALTERNATOR SETS PRODUCING 380-480 V, 50 /60 Hz (DUAL FREQUENCY),

THREE PHASE, FOR NAVAL DOCKYARD, MUMBAI

2. Technical Details. Placed at Annexure 1

3. Two-Bid System - Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are advised to submit the compliance statement in the following format along with Technical Bid.

Para of RFP specifications item-wise

Specification of item offered along details of with make, model etc

Compliance to RFP specification – whether Yes / No

In case of noncompliance, deviation from RFP to be specified in unambiguous terms

4. Delivery Schedule. The Delivery period for complete supply in all respects is 10 months including submission and approval of Acceptance Test Procedure (ATP), commissioning, successful trials and training of personnel. The supplier shall submit ATP to ND, Mumbai within 30 days of placement of order under intimation to this office. The ATP will be approved by the buyer within 30 days of submission. The commissioning, successful trials and training of the personnel is to be completed in 02 months. The Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause as per Standard Conditions of the Contract (SCOC).

5. INCOTERMS for Delivery and Transportation. CIF/CIP Mumbai Air/Sea Port for foreign vendors and local delivery at the site Naval Dockyard, Mumbai – 400023 for Indian Vendors.

6. Consignee details – The Admiral Superintendent (For Manager Yard Services) Naval Dockyard, Mumbai -400023

7. Landing Officer- For Consignments by Air -

The Admiral Superintendent (For Manager Yard Services) Naval Dockyard, Mumbai – 400023, India

For Consignments by Sea – The Commandant Embarkation Headquarters, Nav Bhawan 10 R Kamani Marg Ballard Estate Mumbai, India Tele: + 9122 2265 2591 Fax: + 9122 2269 4711 Email: [email protected]; [email protected]

(P S Malhotra) Commander

Joint Director of Dockyards

Part III – Standard Conditions of RFP The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder. 1. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. 2. Effective Date of the Contract. Normally The contract shall come into effect on the date of signature of Buyer on the contract except when some other effective date is mutually agreed to and specially indicated/provided in the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract. 3. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as per Forms DPM-7and DPM-9 (Available in MoD website and can be provided on request). 4. Penalty for use of Undue influence. The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer. 5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or

institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India. 6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/information. 7. Non-disclosure of Contract documents. Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 8. Liquidated Damages. In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores. 9. Termination of Contract. The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases:- (a) The delivery of the material is delayed for causes not attributable to Force Majeure for less than (03 months) after the scheduled date of delivery.

(b) The Seller is declared bankrupt or becomes insolvent. (c) The delivery of material is delayed due to causes of Force Majeure by 06 months.

(d) The Buyer has noticed that the Seller has utilised the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc.

(e) As per decision of the Arbitration Tribunal. 10. Notices. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. 11. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof. 12. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training

aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above. 13. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 14. Taxes and Duties.

(a) In respect of Foreign Bidders: All taxes, duties, levies and charges which are to be paid for the delivery of goods, including advance samples ,shall be paid by the parties under the present contract in their respective countries.

(b) In respect of Indigenous bidders:

(i) General

(aa) Bidders must indicate separately the relevant Taxes/Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids.

(ab) If a Bidder is exempted from payment of any duty/tax upto any value of supplies from them, he should clearly state that no such duty/tax will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. In such cases, relevant certificate will be issued by the Buyer later to enable the Seller to obtain exemptions from taxation authorities.

(ac) Any changes in levies, taxes and duties levied by Central/State/Local government such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product upward as a result of any statutory variation taking place within contract period shall be allowed reimbursement by the Buyer, to the extent of actual quantum of such duty/tax paid by the Seller. Similarly, in case of downward revision in any such duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc, if any, obtained by the Seller. Section 64-A of Sales of Goods Act will be relevant in this situation.

(ad) Levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product will be paid by the Buyer on actual, based on relevant documentary evidence. Taxes and duties on input items will not be paid by Buyer and they may not be indicted separately in the bids. Bidders are required to include the same in the pricing of their product.

(P S Malhotra)

Commander Joint Director of Dockyards

Part IV – Special Conditions of RFP The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 1. Performance Bank Guarantee (PBG).

(a) Indigenous cases: The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request).

(b) Foreign cases: The Seller will be required to furnish a Performance Guarantee by way of a Bank Guarantee from Seller‟s Bank through an internationally recognised first class Bank in favour of the Government of India, Ministry of Defence to be confirmed by public sector bank or a private sector bank authorized to undertake government transactions (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) equal to 10(Ten percent) of the total value of this contract i.e. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The Performance Bank Guarantee shall be considered open upon receipt by the Buyer‟s Bank. In case any claims or any other contract obligations are outstanding, the Seller will extend the Performance Bank Guarantee as asked for by the Buyer till such time as the Seller settles all claims and completes all contract obligations. The Performance Bank Guarantee will be subject to encashment by the Buyer, in case the conditions regarding adherence to delivery schedule, settlement of claims and other provisions of the contract are not fulfilled by the Seller. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request).

2. Payment Terms Indigenous Sellers. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant epayment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be given on request). The payment will be made as per the following terms, on production of the requisite documents: “80% Payment against Inspection note, Proof of despatch, duly supported by photocopy of the Bank Guarantee [PBG submitted as per Para 1(a)] and against Consignee‟s provisional receipt . Balance of 20% will be paid on along with user‟s certificate of successful installation and commissioning of the equipments”. 3. Payment terms for Foreign Sellers.

80% payment will be arranged through Letter of Credit from Reserve Bank of India/State bank of India/any other Public Sector bank Bank, as decided by the Buyer, to the Bank of the Foreign Seller against Inspection note, Proof of despatch, duly supported by photocopy of the Bank Guarantee [PBG submitted as per Para 1(b)] and against Consignee‟s provisional receipt. The Seller will give a notification within 45 days from the signing of contract about the readiness of goods. Letter of Credit is to be opened by the Buyer within 45 days on receipt of notification of readiness from the firm. The Letter of Credit will be valid for 12 months from the date of its opening, on extendable basis by mutual consent of both the Seller

and Buyer. Balance 20% through direct bank transfer, will be paid along with user‟s certificate of successful installation and commissioning of the equipments”.

4. Advance Payments. No advance payment(s) will be made. 5. Paying Authority:

(a) Indigenous Sellers: (Name and address, contact details). The payment of bills will be made in two parts as defined in Para 2 above.

(i) 80 % of payment on submission of the following documents by the Seller to the Paying Authority along with the bill:

(aa) Ink-signed copy of contingent bill / Seller‟s bill.

(ab) Ink-signed copy of Commercial invoice / Seller‟s bill.

(ac) Copy of Supply Order/Contract with U.O. number and date of IFA‟s concurrence, where required under delegation of powers.

(ad) CRVs in duplicate.

(ae) Inspection note.

(af) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, etc as applicable.

(ag) Guarantee / Warranty certificate.

(ah) Xerox copy of PBG.

(aj) DP extension letter with CFA‟s sanction, U.O. number and date of IFA‟s concurrence, where required under delegation of powers, indicating whether extension is with or without LD.

(ak) Details for electronic payment viz Account holder‟s name, Bankname, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract).

(ii) Balance 20 % of payment on submission of the following documents by the Seller to the Paying Authority along with the bill:

(aa) User certificate of successful installation and commissioning of the equipments. (ab) Ink-signed copy of contingent bill / Seller‟s bill.

(ac) Ink-signed copy of Commercial invoice / Seller‟s bill.

(b) Foreign Sellers: (Name and address, contact details). The payment of bills will be made in two parts as defined in Para 3 above.

(i) Paid shipping documents are to be provided to the Bank by the Seller as proof of dispatch of goods as per contractual terms so that the Seller gets 80 % payment from LC as defined in Para 3 above . The Bank will forward

these documents to the Buyer for getting the goods/stores released from the Port/Airport. Documents will include:

(aa) Clean on Board Airway Bill/Bill of Lading

(ab) Original Invoice

(ac) Packing List

(ad) Certificate of Origin from Seller‟s Chamber of Commerce, if any.

(ae) Certificate of Quality and current manufacture from OEM.

(af) Dangerous Cargo certificate, if any.

(ag) Insurance policy of 110% if CIF / CIP contract

(ah) Certificate of Conformity & Acceptance Test at PDI, if any.

(aj) Physio-sanitary / Fumigation Certificate, if any.

(ak) Warranty Certificate.

(al) Xerox copy of PBG submitted as per Para 1 (b) .

(am) Inspection note.

(ii) Balance 20% through direct bank transfer, will be paid along with user‟s certificate of successful installation and commissioning of the equipments.

6. Fall clause. The following Fall clause will form part of the contract placed on successful Bidder:-

(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the contractor sells the stores or offers to sell stores of identical description to any persons/Organisations including the purchaser or any department of the Central government or any Department of the State government or any statutory undertaking of the Central or State government as the case may be during the period or till the performance of all Supply Orders placed during the currency of the rate contract is completed.

(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organisation including the Buyer or any Deptt, of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, he shall forthwith notify such reduction or sale or offer of sale to the Purchase/ Contracting Authority and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-

(i) Exports by the Seller. (ii) Sale of goods as original equipment at price lower than the prices

charged for normal replacement. (iii) Sale of goods such as drugs which have expiry dates.

(iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies.

(c) The Seller shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate contract – “We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person/organisation including the purchaser or any department of Central Government or any Department of a state Government or any Statutory Undertaking of the Central or state Government as the case may be upto the date of bill/the date of completion of supplies against all supply orders placed during the currency of the Rate Contract at price lower than the price charged to the government under the contract except for quantity of stores categories under sub-clauses (i), (ii), (iii) and (iv) of sub-para (b) above details of which are given below -........”.

7. Risk & Expense clause.

(a) Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

(b) Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYER‟s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default.

(c) In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other tores of the same or similar description to make good:-

(i) Such default. (ii) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under. (d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER. 8. Force Majeure clause. (a) Neither party shall bear responsibility for the complete or partial

nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

(b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.

(e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

9. Specification. The following Specification clause will form part of the contract placed on successful Bidder - The Seller guarantees to meet the specifications as per Part-II of RFP and to incorporate the modifications to the existing design configuration to meet the specific requirement of the Buyer Services as per modifications/requirements recommended after the Maintenance Evaluation Trials. All technical literature and drawings shall be amended as the modifications by the Seller before supply to the Buyer. The Seller, in consultation with the Buyer, may carry out technical upgradation/alterations in the design, drawings and specifications due to change in manufacturing procedures, indigenisation or obsolescence. This will, however, not in any way, adversely affect the end specifications of the equipment. Changes in technical details, drawings repair and maintenance techniques alongwith necessary tools as a result of upgradation/alterations will be provided to the Buyer free of cost within 30 days of affecting such upgradation/alterations. 10. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the spares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be sourced from authorised vendors subject to quality certification. 11. Export License. The Bidders are to confirm that they have requisite export license from their Government and Authorization from the manufacturing plant, in case they are not the OEM, to export the military / non-military goods to India. 12. Earliest Acceptable Year of Manufacture. Current Year Quality / Life certificate will need to be enclosed with the Bill. 13. Transportation. The following transportation clause will form part of the contract placed on successful Bidder :- (a) Foreign Bidders: - The following Transportation clause will form part of the contract placed on successful Bidder – CIF/CIP- The stores shall be delivered CIF/CIP Mumbai. Seller will bear the costs and freight necessary to bring the goods to the port of destination. The Seller also has to procure marine insurance against the Buyer's risk of loss of or damage to goods during the carriage. The Seller will contract for insurance and pay the insurance premium. Seller is also required to clear the goods for export. The stores shall be delivered to the Buyer by Indian ships only. The date of issue of the Bill of Lading shall be considered as the date of delivery. No part shipment of goods would be permitted. Trans-shipment of goods would not be permitted. In case it becomes inevitable to do so, the Seller shall not arrange part-shipments and/or transshipment without the express/prior written consent of the Buyer. The goods should be shipped by Indian vessels only. However, the Seller can still utilize the

services of the MoD, Govt of India Freight Forwarding Agent details for which will be provided by the Buyer. Seller will be required to communicate the following information invariably by telex/signed in case of import of Defence Stores being brought in commercial Ships to Embarkation Head Quarters concerned well in advance before the Ship sails the port of loading:

(i) Name of the Ship

(ii) Port of Loading and name of Country.

(iii) ETA at port of Discharge i.e. Bombay, Calcutta, Madras and Cochin.

(iv) Number of Packages and weight.

(v) Nomenclature and details of major equipment.

(vi) Special instructions, if any stores of sensitive nature requiring special attention.

(vii) Contract No and Date

(b) Indigenous Bidders:- Equipment are to be delivered to the consignee (Naval Dockyard Mumbai) by road inclusive of Packing, Forwarding, Freight charges, Transit insurance and any other charges as applicable at the Risk & Expense of the Supplier. 14. .Packing and Marking. The following Packing and Marking clause will form part of the contract placed on successful Bidder :-

(a) The Seller shall provide packing and preservation of the equipment and spares/goods contracted so as to ensure their safety against damage in the conditions of land, sea and air transportation, transshipment, storage and weather hazards during transportation, subject to proper cargo handling. The Seller shall ensure that the stores are packed in containers, which are made sufficiently strong, and with seasoned wood. The packing cases should have hooks for lifting by crane/fork lift truck. Tags with proper marking shall be fastened to the special equipment, which cannot be packed.

(b) The packing of the equipment and spares/goods shall conform to the requirements of specifications and standards in force in the territory of the Seller‟s country.

(c) Each spare, tool and accessory shall be packed in separate cartons. A label in English shall be pasted on the carton indicating the under mentioned details of the item contained in the carton. A tag in English with said information shall also be attached to six samples of the item. If quantity contracted is less than six then tag shall be affixed to complete quantity contracted of the item. The cartons shall then be packed in packing cases as follows.

(i) Part Number : (ii) Nomenclature : (iii) Contract annex number : (iv) Annex serial number : (v) Quantity contracted :

(d) One copy of the packing list in English shall be inserted in each cargo package, and the full set of the packing lists shall be placed in Case No.1 painted in a yellow colour.

(e) The Seller shall mark each package with indelible paint in the English language as follows:- (i) EXPORT (ii) Contract No. ------------------------------------------ (iii) Consignee --------------------------------------------- (iv) Port / airport of destination ------------------------ (v) Ultimate consignee ---------------------------------- (vi) SELLER ----------------------------------------------- (vii) Package No. -------------------------------------- (viii) Gross/net weight : --------------------------------- (ix) Overall dimensions/volume : ------------- (x) The Seller‟s marking. (f) If necessary, each package shall be marked with warning inscriptions: <Top>, “Do not turn over”, category of cargo etc.

(g) Should any special equipment be returned to the Seller by the Buyer, the latter shall provide normal packing, which protects the equipment and spares/goods from the damage of deterioration during transportation by land, air or sea. In this case the Buyer shall finalise the marking with the Seller.

15. Quality. The quality of the stores delivered according to the present Contract shall correspond to the technical conditions and standards valid for the deliveries of the same stores for in Seller‟s country or specifications enumerated as per RFP and shall also include therein modification to the stores suggested by the Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e. not manufactured before (Year of Contract), and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are backward integrated and interchangeable with same equipment supplied by the Seller in the past if any. The Seller shall supply an interchangeability certificate along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item. 16. Quality Assurance. Seller would provide the Standard Acceptance Test Procedure (ATP) within 01 month of this date of contract. Buyer reserves the right to modify the ATP. Seller would be required to provide all test facilities at his premises for acceptance and inspection by Buyer. The details in this regard will be coordinated during the negotiation of the contract. The item should be of the latest manufacture, conforming to the current production standard and having 100% defined life at the time of delivery. 17. Inspection Authority. The Inspection will be carried out by Deputy General Manger (Quality Assurance), Naval Dockyard or his authorised representative. The mode of Inspection will be Departmental Inspection / User Inspection. 18. Franking clause. The following Franking clause will form part of the contract placed on successful Bidder –

(a) Franking Clause in the case of Acceptance of Goods “The fact that the goods have been inspected after the delivery period and passed by the Inspecting Officer will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the contract”.

(b) Franking Clause in the case of Rejection of Goods “The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract.”

19. Claims. The following Claims clause will form part of the contract placed on successful Bidder:-

(a) The claims may be presented either: (a) on quantity of the stores, where the quantity does not correspond to the quantity shown in the Packing List/Insufficiency in packing, or (b) on quality of the stores, where quality does not correspond to the quality mentioned in the contract.

(b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of JRI and acceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoD website and can be given on request).

(c) The quality claims for defects or deficiencies in quality noticed during the JRI shall be presented within 45 days of completion of JRI and acceptance of goods. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period. The quality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website and can be given on request) .

(d) The description and quantity of the stores are to be furnished to the Seller along with concrete reasons for making the claims. Copies of all the justifying documents shall be enclosed to the presented claim. The Seller will settle the claims within 45 days from the date of the receipt of the claim at the Seller‟s office, subject to acceptance of the claim by the Seller. In case no response is received during this period the claim will be deemed to have been accepted.

(e) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer and deliver the repaired or replaced goods at the same location under Seller‟s arrangement.

(f) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of Principal Controller/Controller of Defence Accounts concerned.

(g) The quality claims will be raised solely by the Buyer and without any certification/countersignature by the Seller‟s representative stationed in India. 20. Warranty. (a) The following Warranty will form part of the contract placed on the successful

Bidder:-

(i) Except as otherwise provided in the invitation tender, the Seller hereby declares that the goods, stores articles sold/supplied to the Buyer under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained/mentioned in contract. The Seller hereby guarantees that the said goods/stores/articles would continue to conform to the description and quality aforesaid for a period of 12 months from the date of completing trials after installation of the equipment. the Seller‟s works whichever is earlier and that notwithstanding the fact that the Buyer may have inspected and/or approved the said goods/stores/articles, if during the aforesaid period of 12 months the said goods/stores/articles be discovered not to conform to the description and quality aforesaid not giving satisfactory performance or have deteriorated, and the decision of the Buyer in that behalf shall be final and binding on the Seller and the Buyer shall be entitled to call upon the Seller to rectify the goods/stores/articles or such portion

thereof as is found to be defective by the Buyer within a reasonable period, or such specified period as may be allowed by the Buyer in his discretion on application made thereof by the Seller, and in such an event, the above period shall apply to the goods/stores/articles rectified from the date of rectification mentioned in warranty thereof, otherwise the Seller shall pay to the Buyer such compensation as may arise by reason of the breach of the warranty therein contained. (ii) Guarantee that they will supply spare parts, if and when required on agreed basis for an agreed price. The agreed basis could be and including but without any limitation an agreed discount on the published catalogue or an agreed percentage of profit on the landed cost.

(iii) Warranty to the effect that before going out of production for the spare parts they will give adequate advance notice to the Buyer of the equipment so that the latter may undertake the balance of the lifetime requirements.

(iv) Warranty to the affect that they will make available the blue prints of drawings of the spares if and when required in connection with the main equipment.

21. Product Support. The following Product Support clause will form part of the contract placed on successful Bidder – (a) The Seller agrees to provide Product Support for the stores, assemblies/subassemblies, fitment items and consumables, Special Maintenance Tools(SMT)/Special Test Equipments (STE) subcontracted from other agencies/ manufacturer by the Seller for a maximum period of 10 years including 01 years of warranty period after the delivery of equipment (b) In the event of any obsolescence during the above mentioned period of product support in respect of any component or sub-system, mutual consultation between the Seller and Buyer will be undertaken to arrive at an acceptable solution including additional cost, if any.

(c) Any improvement/modification/up gradation being undertaken by the Seller or their sub suppliers on the stores/equipment being purchased under the Contract will be communicated by the Seller to the Buyer and, if required by the Buyer, these will be carried out by the Seller at Buyer's cost.

22. Engineering Support Package (ESP) clause. The following ESP clause will form part of the contract placed on successful Bidder:-

(a) Repair Philosophy. The Engineering Support Philosophy shall conform to the repair philosophy as follows:

(i) Unit Level Repairs. These are repairs carried out within the unit holding this equipment with tools generally held within the unit or supplied by the manufacturer with each equipment or as per scaling of 1:10 or any other scaling recommended by the manufacturer as per population held in the unit. These pertain to cleaning, lubrications, minor repairs and replacement of components and minor assemblies that can be carried out in field without any sophisticated tools or test equipment. For carrying out such repairs, the manufacturer is required to provide the following:-

(ii) Table of Tools and Equipment (TOTE) with each equipment including operators manual.

(iii) Scaling of special tools and spares as mentioned above including Maintenance manual.

(b) Technical Literature. The details of technical literature to be supplied with the system should be listed as per the suggested format at Form DPM-18 (Available in MoD website and can be given on request). This should be provided with both Technical and Commercial Proposals. The cost column may be left blank in the Technical Proposal.

(c) Manufacturers Recommended List of Spares (MRLS). Based on the

explanation given above, Seller is requested to provide MRLS to sustain the equipment for a period of 02 years for various levels of repair as per format given at Form DPM-19 (Available in MoD website and can be given on request). If the complete equipment comprises a number of different sub systems, for e.g. it is coming mounted on a vehicle or is provided with a stand for mounting or is inclusive of a generator or an air conditioner or has a sight, the MRLS must be provided separately for each such sub system (e) Maintainability Evaluation Trials (MET). This will be carried with a view to facilitate provisioning of effective engineering support during life cycle of the equipment. This would involve stripping of the equipment and carrying out recommended tests and adjustments and establishing adequacy of maintenance tools, test equipment and technical literature. To facilitate this process the Seller is required to provide the following :-

(i) Technical Literature.

(aa) User Handbook/Operators Manual in English and Hindi.

(ab) Design Specifications.

(ac) Technical Manuals.

(aaa) Part I Tech description, specifications, functioning of

various systems.

(aab) Part II Inspection/Maintenance tasks repair procedures,

materials used, fault diagnosis

(aac)Part III Procedure for assembly / disassembly, repair up

to component level, safety precautions.

(ad) Manufacturers Recommended List of Spares (MRLS).

(ae) Illustrated Spare Parts List (ISPL)

(ag) Complete Equipment Schedule.

(aj) Rotable list, norms of consumption, mandatory/ non

mandatory spares list for each system.

(f) Seller quoting lesser ESP / MRLS in terms of range and depth will have to make good the deficiency.

(P S Malhotra) Commander

Joint Director of Dockyards

Part V – Evaluation Criteria & Price Bid issues

1. Evaluation Criteria -The broad guidelines for evaluation of Bids will be as follows:

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially. (b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation. (c) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Para 2 below. The consideration of taxes and duties in evaluation process will be as follows:

(i) In cases where only indigenous bidders are competing L-1 bidder will be determined by excluding levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service tax, Octroi /entry tax, etc on final product, as quoted by bidders.

(ii) In cases where both foreign and indigenous Bidders are competing, following criteria would be followed:-

(aa) In case of foreign Bidders, the basic cost (CIF) quoted by them would be the basis for the purpose of comparison of various tenders. (ab) In case of indigenous Bidders, excise duty on fully formed equipment would be offloaded. (ac) Sales tax and other local levies, i.e. octroi, entry tax etc would be ignored in case of indigenous Bidders.

(d) In import cases, all the foreign quotes will be brought to a common denomination in Indian Rupees by adopting the exchange rate as BC Selling rate of the State Bank of India on the date of the opening of Price Bids. (e) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. (f) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the Buyer. The Buyer will have the right to award contracts to different Bidders for being lowest in particular items. The Buyer also reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time.

2. Price Bid Format:- The price Bid format in general is given below and Bidders are required to fill this up correctly with full details, as required under Part-II of RFP (The format indicated below is only as an illustration. This format should be filled up with items / requirements as mentioned in Part-II of RFP.) Basic cost of

(a) item(s):-

Item Unit price Qty Total (i) A (ii) B (iii) C (iv) Total price of item (s)

(b) Accessories (c) Installation / Commissioning charges (d) Training (e) Technical literature (f) Tools (g) AMC (h) Any other requirement

Note:- Determination of L-1 will be done based on total of basic prices (not including levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product) of all items / requirements as mentioned above. 3. Additional information in Price Bid on Taxes and Duties (not in scope of L-1 determination):-

(i) Is Excise Duty extra?

(ii) If yes, mention the following:- (a) Total value of items on which Excise Duty is leviable.

(b) Rate of Excise duty (item-wise if different ED is applicable).

(c) Surcharge on Excise duty, if applicable.

(d) Total value of excise duty payable.

(iii) Is Excise Duty Exemption (EDE) required.

(iv) If yes, then mention and enclose the following:-

(a) Excise notification number under which EDE can be given.

(v) Is VAT extra.

4. For Foreign Bidders. Foreign Bidders are required to bid keeping in mind the under mentioned:

(a) No Variable Cost

(b) Single currency (No multiple currency bid will be accepted from bidder)

(c) Prices to be quoted on FCA basis

(d) In addition, CIF cost also be indicated for each stores.

4. The RFP is being issued with no financial commitment and purchaser reserves the right to change or vary any part thereof at ant stage. Purchaser also reserves the right to withdraw the RFP should it be necessary at any stage. 5. Please acknowledge receipt. 6. All the financial details are to be mentioned in the price bid only. Anything mentioned in any other part of the submitted documents having a financial bearing will not be considered.

(P S Malhotra)

Commander Joint Director of Dockyards

Annexure 1

TECHNICAL DETAILS OF THE SYSTEM FOR FOR SUPPLY AND COMMISSIONING OF FOUR SETS EACH OF 750 KVA AND 1250 KVA MOTOR ALTERNATOR SETS

PRODUCING 380-480 V, 50 /60 Hz (DUAL FREQUENCY), THREE PHASE, FOR NAVAL DOCKYARD, MUMBAI

750 KVA

A. System description

1. There system shall comprise of four sets of Frequency Converters producing 380-480 V,

50 /60 Hz (dual frequency), 3 phase 750 kVA (600 kW at 0.8 lagging power factor) output. The system shall operate with an incoming HT supply of 11kV / 6.6 kV (should be designed for both), 3 Ph, and 50 Hz. 2. In each set, the HT supply is fed to a step down Transformer of suitable rating. From the secondary of the transformer, supply is fed to a Variable Frequency Drives (VFD). The VFD output is fed to an AC cage motor rated suitably to drive an AC generator to produce 380-480 V, 50/60 Hz, 3 phase 750 kVA maintaining 440 V at 60 Hz and 380 & 415 V at 50 Hz at consumer end i.e., at the cope box. 3. The speed of the motor shall be controlled by variable frequency drive with a provision to bypass the same in case of emergency operation. AC generator shall be directly coupled to AC motor and mounted on a common base plate. The generator shall be rated for 750 kVA, 440 V at 60 Hz and 380 & 415 V at 50 Hz at consumer end, i.e., the cope box. 4. The terminal voltage of the generator shall be regulated by an automatic voltage regulator. A hand voltage regulator shall also be provided along with a hand/ auto changeover switch. Both the regulators are to be housed in Excitation Control Panel. 5. Four such Motor Generator (MG) sets shall be provided in this system. The MG sets shall have facility to be synchronized or „paralleled‟ for uninterrupted transfer of power to the load from one set to another. A synchronizing / paralleling panel is to be provided for synchronization of four Generators. Though normally only one MG set is envisaged to run on load at any time, except during paralleling for load transfer, all generators are to be rated for continuous duty as they may be required to run simultaneously in independent mode. Provision is therefore to be made in the Power Panels etc. to allow such operation and feed required consumers separately from each FC set. 6. The system shall be designed for outdoor application suitable to be housed in a room with concrete structure close to the jetty. The system shall be suitable to be installed on a cement/suitable foundation normally without any special foundation arrangements. Indoor Power Distribution Board with suitable breakers shall be placed inside the room. The system will be located as follows:- (a) Incoming HT Breaker panel associated HT to LT step down transformers, along with necessary instrumentation, to be fitted in Barrack Wharf substation.

(b) The VFDs with necessary incoming LT supply panel(s), MG sets and indoor outgoing (440 V 60 Hz 3 phase) power distribution panel in the Barrack Wharf substation.

(c) The LT distribution breakers (08 in nos.) along with the necessary instrumentation are to be located in the Barrack Wharf substation.

7. The FC sets along with VFD drives, power panels and associated fittings proposed to be installed in FC Room shall not take more than existing space inclusive of maintenance envelope and free spaces /heights required. The bidders should be asked to provide proposed layout along with the T-bid. 8. If necessary, an auxiliary supply of 415 V, 30 amps, 50 Hz shall to be provided by Naval Dockyard, Mumbai, in addition to incoming 6.6 kV, for powering space heaters, lighting and other auxillary loads, during non-operation of MG sets. The necessary switchgear and cabling from Barrack Wharf Sub Station will be within the scope of installation, including all material necessary. 9. The laying and terminations of all necessary incoming HT cables and any other necessary supply / control cables from the existing Barrack Wharf Substation to the system (including transformers) will be done by the contractor including end terminations, supply of necessary accessories like cables, lugs etc. and also carrying-out some minor civil work, as required. 10. The system shall be designed, engineered, manufactured, installed, tested and commissioned as a turnkey project. B. Technical specifications 1. Technical specifications for the MG Set and panel are as furnished below: (a) Input.

(i) 6.6 KV or 11 KV 3 Phase 50 Hz ( To be selectable to cater for future migration to 11 kV)

(ii) Voltage Tolerance - +/- 10 % (iii) Frequency Tolerance - +/- 5 % (iv) Combined Tolerance - +/- 15 % (v) Aux. Supply: 415 V, 50 Hz, 3 phase.

(b) Output. (i) 380-480 V, 50/60 Hz, 3 phase 750 kVA maintaining 440 V at

60 Hz and 380 & 415 V at 50 Hz at consumer end i.e., at the cope box

(ii) Voltage Tolerance - +/- 1 % as at cope box (iii) Frequency Tolerance - +/- 1 %

2.. MG Set

(a) AC Motor:

(i) Rating : As required. (ii) Rated Voltage : HT/LT. Value as required. (iii) Rated frequency : 50/60 Hz ( dual frequency), ( 4 Poles) (iv) Speed : 1800 RPM or as required by design (v) Range of Speed Control : 0-Full RPM (vi) Class of insulation : F or higher grade (vii) Temp. rise : As per class B (viii) Cooling : IC – 411or better (ix) Enclosure : IP 23 or better (x) Ambient : 55 0C (xi) Type : Cage (xii) Starting : Suitable for VFD power source (xiii) Efficiency : Not less than 95% on full load. (xiv) Accessories : RTDs for windings and

Bearings, Space Heater, etc. (xv) Ingress Protection : IP 56

(b) AC Generator: (i) Rating : 750 kVA, 3 Ph (ii) Voltage : 380-480 V, 50/60 Hz ( dual frequency), 3

phase 750 kVA maintaining 440 V at 60 Hz and 380& 415 V at 50 Hz at consumer end i.e., at the cope box. Rated voltage at generator output terminals to be settable from 380V to 480V.

(iii) Frequency : 50 / 60 Hz. ( dual frequency), ( 4 Poles) (iv) Pf : 0.8 Pf (lag) (v) Speed : 1800 RPM (vi) Total Harmonic Distortion : less than 2%. (vii) Transient Voltage Dip : less than 15 % on application of 100 % step

load. (viii) Exciter : Brushless (ix) Excitation control : AVR and Hand voltage regulator.(panel

mounted) (x) Cooling : IC 01 or better (xi) Enclosure : IP23 or better (xii) Connection : Star (xiii) Efficiency : Not less than 94.5 % on full load (xiv) Ambient temperature : 550 C. (xv) Class of insulation : F (xvi) Prime mover : AC motor as specified in sl (a) above (xvii) Application : To be suitable for naval duty (xviii) Duty : Continuous (xix) Temperature rise : Limited to class B (xx) Accessories : RTDs for windings and bearings, -space

heater,

(c) Variable Frequency Drive (VFD) Module:

(i) Input Voltage : LT, Value as required, 50 Hz, 3 Ph (ii) Incoming Breaker : ACB , Rating as suitable (iii) Type of Breaker :Electrical Draw out, with Electronic

release (iv) Rated Output Voltage : LT, Value as required, 3 Ph (v) Output Frequency : 50 Hz (vi) Output Freq. Variation band : 0-75 Hz (Continuously adjustable) (vii) Mode of operation :Constant (V/F) upto motor‟s

rated voltage, and, Constant V, variable f for f> 50 Hz.

(viii) Method of control : Microprocessor based digital control system.

(ix) Motor rating : As per motor specifications (x) Duty : Continuous (xi) Range of Speed Control : 0-Full range RPM. (xii) Ambient temperature : 45o C (xiii) Power elements provided : 3 phase Line reactor (xiv) Metering : Voltage, Current, speed (xv) Line side switchgear : ACB of suitable rating (xvi) Protections :Over current,locked rotor,single

phasing, (xvii) Direction of rotation : Uni - Directional. (xviii) Controls : locally provided (xix) Cable entry : From bottom (xx) Enclosure : IP 42 or better

3. Excitation Control Panel:

(a) Mounting : On floor (b) Cable entry : From bottom (c) Controls provided : AVR & Manual Excitation controller

with selector switch. (d) Input supply : 415 V, 50 Hz. 3 phase (supply from

Naval Dockyard cruiser wharf Substation, cabling from supply point including supply of cables,switch gear if any and end connections at both end to be done by contractor).

(e) Rating of excitation controller : To suit generator characteristics (f) Power module : Single phase thyristor converter with

digital Controls, (g) Voltage control : Voltage increase / decrease push

buttons. (h) Metering for Field : Field voltage – (Vf), Field current –(If)

(j) Relays : Over excitation, Rotating Diode Failure Indicator (DFI), (k) Control supply : 110 V AC (to be internally derived) (l) Local and remote controls : Provision is required to be made for both local and remote Control (m) Breaker Tripping logic : Master trip relay contacts will be wired to TB for external connection to trip Coil of breaker (n) Accessories : Annunciator, Indicating Lamp (LEDs), Push buttons. 4. Motor control and protection: (a) Line reactor for smoothening the line current.

(b) Overload (c) Over speed (d) Field failure (e) Line faults (f) Converter overload. (g) Feedback failure. (h) Phase imbalance (j) Over current (k) Phase reversal (l) Thermal Protection (m) Short Circuit Protection (n) Single phasing

5. AC generator control and protection.

(a) An air circuit breaker (1200 A), which is electrically operated, and draw out type is provided for protection of generator against overload and short circuit.

(b) In addition an automatic voltage regulator is provided for regulating the terminal voltage of the generator at the desired value. (c) Generator protection system: Following relays are provided (i) Under Voltage.

(ii) Over voltage. (iii) Under Frequency.

(iv) Over Frequency. (v) Earth Fault Protection

6. Special Features: a. Drives are of non-regenerative type suitable or uni-directional operation with speed control range of 1:10 of base speed up to base speed in constant speed zone.

b. Speed regulation shall be +/- 0.5% of base speed at base speed. Speed feedback signal is obtained by means of encoder.

c. Programmable ramp generator to control acceleration / deceleration time of MG set from 2.5 seconds to 180 seconds. Transformers for VFD (Preferred to be part of VFD panel):

(i) Rating : As suitable (ii) Primary voltage : 11kV /6.6 kV ( both needed, any one to be

selectable/connectable), 50 Hz., 3 Φ, (iii) Secondary –1 : As required (iv) Duty : Converter duty (v) Vector Group : Ddyn-11 (vi) Impedance : 5% (vii) Installation : In door (viii) Accessories : standard fittings (ix) Tappings : (±) 2.5%, (±) 5 % on HT side (x) Class of insulation : B (xi) Size : To be compact to fit into the available space of the

room with all other equipment. (xii) Type- : Dry type, air cooled

VCB INCOMING BREAKER PANEL

(i) Breaker Type : VCB (ii) Rated Current : 630 A (iii) Rated Frequency : 50 Hz (iv) Breaking capacity : 25 KA for 3 sec (v) Rated Short circuit making current (peak) : 66kA (vi) Rated Short Circuit breaking current rms : 25kA (vii) Rated Power Fr. : 28kV

Withstand voltage (viii) Impulse withstand voltage :75kv (ix) No of poles : 3 (x) Voltage rating : 11 KV / 6.6 K.V. (xi) Protection :Over Current, Short circuit., Earth

Fault (xii) Metering : Voltage and current (xiii) Accessories : Space heater (xiv) CTs and PT : Suitable ratings. (xv) Enclosure : IP 43 or better (xvi) Cable Entry : From bottom (xvii) Draw out : Manual (xviii) Auxiliary contacts : As required (xix) Shunt trip coil : 230 V, AC (xx) Make : Reputed and branded only

like Siemens, Areva & Schneider and ABB etc.

(xxi) Colour coding : CRCA/coated steels. Corrosion resistant powder coating light Admiral grey/Siemens grey paint.

(xxii) Busbar : Busbars rated to carry 630 A 6.6/11 kV, 50 Hz, copper materials,heat shrinkable PVC sleeve insulation, all copper - to – copper joints are tin or silver plated. The busbar is fully insulated for 1 minute.Colour code (RYB) & with temperature rise within specified limits.

(xxiii) Compartment Earthing :Each compartment such as circuit

breaker, relay/ instrument, busbar CT/ cable chambers should be earthed.

(xxiv) Metal – to - metal joints :Metal – to - metal joints inside the panel to be design fitted to achieve zero gap.

(xxv) Multi Function Tri vector Meter :Multifunction meter (Tri Vector Meter), with RS 485-

communication port with software as per the user requirement. (Make- L & T/KAYCEE/ CONZERV/MECO /KRYCARD )

7. Synchronization Panel. The panel should permit automatic as well as manual paralleling of the MG sets at generator ends. The following specifications are guidelines and can be altered as required for design.

(i) Incomer voltage : As required (ii) Relays : Sync. check Relay (iii) Synchronizer : Auto synchronizer and manual

synchronizer with selector switch. (iv) Meters : Double Volt meter, Double frequency

Meter, Synchro scope etc. as required (v) Generator selection : through selector switch. (vi) Speed control : Push buttons / pistol grip spring loaded

switch provided for increase / decrease. (vii) Voltage control : Push buttons provided for increase /

decrease. (viii) Breaker closing command : Through push button in manual mode,

and, automatically in auto mode (ix) Cable entry : From bottom (x) Enclosure : IP-55

8. OUTDOOR ACB PANEL ( 04 + 01 Standby Breakers + 03 Bus coupler) :

(i) Breaker : ACB 1200 Amps, (ii) Number : 08 (iii) Type : Electrical Draw out, with electronic

release (iv) CTs : Cast resin type, class 1.0 (v) Meters : AC Ammeter and Voltmeter (vi) Protections : Standard (vii) Enclosure : Metallic treated for corrosion

protection, powder coated with rain and dust protection

(viii) Cable entry : from bottom

9. All meters in all panels shall be Digital except Ammeter and voltmeters, which will be analogue (as they are more convenient to see load variations). Accuracy class shall be Class 1.5 and recommended makes are L&T/Rishabh/AE/Conzerve. Digital meters will have RS 485 port for networking with SCADA system (SCADA system not in scope of current proposal). All meters should be calibrated at national/international accredited lab and calibration certificate to be furnished at the time of inspection. C. Scope of supply

Each system consists of the following:

S.NO.

ITEMS Rating Qty

1

MG Set, with necessary remote indication panel.

AC motor as, suitable HT/LT voltage (matching with VFD drive), 4 P, 50/60 Hz.

AC Generator of 750KVA, 380-480 V, 3 Ph, 50/60 Hz (dual Frequency), 1800 RPM ( or as required by design), 4 pole ( or as required by design)

04

2 Variable Frequency Drive Cum Controller (with integral dry type transformer if necessary)

Input Voltage 6.6. kV or 11 kV (selectable), Input frequency 50 Hz, suitable for above AC Induction Motor

04

3 Synchronization panel Synchronizing relays, meters, PTs, auto and manual synchronizer, for synchronizing of all sets

1

4

Incoming VCB, HT Breaker panel comprising of four incoming breakers and necessary instrumentation

11/6.6kV, 630 Amps

1set

5 Base frame, railing and wheels and coupling

Suitable for above MG set 4 sets

6 Anti Vibration Mounts Suitable for the above MG Set 32

7 Indoor Power Distribution Board ( FC Set Room)

Incoming feeder ACB 1200 A: 04 no Bus Coupler ACB 2000 A : 01 no. Meters, Relays, etc

1Set

8 HT Cables XLPE, 11 kV, 3 core, armoured, Al cables 4 lot each

100 m

9 LT Cables XLPE, 1.1 kV, 3 core, armoured, Al cables(from Generator to ACB and feeder Pillars) 400 Sq. mm

1000 mtrs

10 All other items as required for a turn key execution of the project.

D. Documentation. The following documents shall be supplied:- (a) Foot print and Foundation layout (b) Single line diagram

(c) Schematic diagram (d) Bill of material with OEM‟s part identification list (e) Cable schedule (f) Instruction manuals

S.NO. ITEMS QTY

1. 750 KVA, 440 V, 50/60 Hz, 3 Ph, 4Wire system 04

(g) Technical manuals for all equipment including circuit, cable connection diagrams and trouble shooting procedures (h) All test and calibration reports

(j) OEM‟s spare part list with drawings The above documents shall be submitted as follows: (a) Hard copy – 4 sets (b) Soft copy – 2 Nos. CDs .The soft copy of the documentation shall have the

following features:- (i) It should include complete contents as listed in para 32 above. (ii) It should be in a searchable text document format like PDF or MS

Word (and not scanned versions of hard copy) which should be openable on normal PC without any requirement of any special software / application.

E. Spares for Five years of Normal Operation: To be provided. All firms are to forward the list in technical bid for evaluation. An indicative list is as follows:- (a) Automatic Voltage Regulator – 4 nos. (b) Diodes for 1 Ø Half controlled bridge – 6 Nos. (c) Thyristors for thyristor bridge - 12 Nos. (d) Bearings (i) DE side of Motor -2 Nos. (ii) NDE side of Motor - 2 Nos. (iii) DE side of Generator - 2 Nos. (iv) NDE side of Generator - 2 Nos. (e) Power Card - 4 Nos. (f) Control Card - 4 Nos. (g) Display Card - 4 Nos. (h) Indicating lamps - 36 Nos. (j) HRC fuses - 36 Nos. In addition to the above mentioned list of spares, following spares are to be supplied per unit:- (a) A complete set of spares including all important cards, contactors, indication

assembly, other subassemblies, consumables like fuses, lamps, lamp covers, switches, knobs, etc. (b) Tools for system maintenance. (c) One complete set of spares for HT breakers, e.g. 1 Nos closing &tripping coil, 3 Nos PT fuses, 3 Nos Vacuum bottle, 3 Nos micro/ limit switches , 25 Nos indication lamp (d) All test equipments necessary for maintenance.

F. Load Trials. Trials on all modes of operation will be undertaken on commissioning of the MA sets at Naval Dockyard, Mumbai., Onsite tests shall be decided by the Yard. The tests shall include both transient, static load and paralleling tests. The procedure for the same will be the standard procedure employed by ETMA. In brief, the following tests to be carried out in the presence of Dockyard Representatives, on site i.e. at Naval Dockyard, Mumbai post installation.

(a) One hour at 50% Load (b) One hour at 75% Load (c) 4 hours at 100% Load (d) One hour at 110% Load (e) ½ an hour at 75% Load (f) ½ an hour at 25% Load

G. Training.

Training on operation and maintenance of the MA sets will have to be provided to personnel of Naval Dockyard, Mumbai. Thorough onsite training shall be arranged on operation and maintenance aspects for suitable personnel from the Yard for at least one week On completion of trials and training, a user‟s certificate of successful trials and completion of training on operation and maintenance of the MA sets will be provided by Naval Dockyard, Mumbai.

H. Warranty

Warranty for 01 year from the commissioning date for the motor Alternator set and all associated fittings. The warranty shall start only after successful completion of all the trials on site and rendering of work completion certificate by the user. all defects during the warranty are to be liquidated within 24 hours of defect reporting . Any component/ unit/ sub unit gone defective is to be replaced with a new component/ unit/ sub unit to the user satisfaction. J. Quality Assurance Plan

Detailed QAP is to be forwarded and the same would be vetted during TNC. QA plan for raw material certification, in process inspection hold points, schedule for testing of sets, cables, bus bars, switchgears, etc. are to be clearly brought out in the QAP. In addition to the above, visit to be organized at the factory site. K. Acceptance Criteria

The acceptance will be done by the trials post successful installation at the user premises as mentioned below:

a) All parameters as per the technical specification mentioned above are to be proved.

b) All protections as per the technical specifications are to be proved.

c) The insulation of the power line with the thyristors and the control card disconnected

should be more than 50 MΩ.

d) Temperature rise is to be within limits.

e) Overload capacity will be tested as per the technical specification.

f) Full load trials for 24Hrs continuously.

g) The equipment should confirm to relevant IS or equivalent specification and its complete

details are to be indicated in the parts identification list.

h) Thyristors and other electrical components used in the equipment should be of reputed

make as acceptable by the user and there details should be clearly specified in the part

i) identification list j) All circuit breakers should be of ABB/ Siemens/ Crompton Make. k) All digital/ analog meters are to be of reputed make. l) Wiring will be done with latest engineering practices for numbering/ ferruling etc. m) The calibration certificate for all the meters and relays is to be provided. n) The equipment should be designed in such a way that it is safe and comfortable to

operate and to carry out day to day maintenance.

L. Mandatory Requirement of Site Visit. The firms are required to depute maximum of 02 representatives for site inspection and work estimation and also to meet C. No. 67/ Manager Yard Services, Naval Dockyard Mumbai (Tel 022 22751170, Fax 022 22751789) for discussions on work package prior to pre bid conference and filling up the tenders. This requirement is mandatory.

1250 KVA A. System description 1. There system shall comprise of four sets of Frequency Converters producing 7260V, 50 /60 Hz (dual frequency), 3 phase 1250 kVA (1000 kW at 0.8 lagging power factor) output. The system shall operate with an incoming HT supply of 11kV / 6.6 kV (should be designed for both), 3 Ph, and 50 Hz. 2. In each set, the HT supply is fed to a step down Transformer of suitable rating. From the secondary of the transformer, supply is fed to a Variable Frequency Drives (VFD). The VFD output is fed to an AC cage motor rated suitably to drive an AC generator to produce 7260V, 50/60 Hz, 3 phase 1250 kVA maintaining 7260V, at 60 Hz and 6.6 Kv at 50 Hz at consumer end i.e., at the 1250 caissons transformers terminals. 3. The speed of the motor shall be controlled by variable frequency drive with a provision to bypass the same in case of emergency operation. AC generator shall be directly coupled to AC motor and mounted on a common base plate. The generator shall be rated for 1250 kVA, 7260 V at 60 Hz and 6.6 Kv at 50 Hz at consumer end, i.e.,to the caissons transformers terminals. 4. The terminal voltage of the generator shall be regulated by an automatic voltage regulator. A hand voltage regulator shall also be provided along with a hand/ auto changeover switch. Both the regulators are to be housed in Excitation Control Panel. 5. Four such Motor Generator (MG) sets shall be provided in this system. The MG sets shall have facility to be synchronized or „paralleled‟ for uninterrupted transfer of power to the load from one set to another. A synchronizing / paralleling panel is to be provided for synchronization of four Generators. Though normally only one MG set is envisaged to run on load at any time, except during paralleling for load transfer, all generators are to be rated for continuous duty as they may be required to run simultaneously in independent mode. Provision is therefore to be made in the Power Panels etc. to allow such operation and feed required consumers separately from each FC set. 6. The system shall be designed for outdoor application suitable to be housed in a room with concrete structure close to the jetty. The system shall be suitable to be installed on a cement/suitable foundation normally without any special foundation arrangements. Indoor Power Distribution Board with suitable breakers shall be placed inside the room. The system will be located as follows:- (a) A suitable rated HT to LT step down transformers, along with necessary instrumentation, to be fitted in MSS at SBW, C.No.60/YAS. (b) The VFDs with necessary incoming LT supply panel(s), MG sets in the MSS at SBW, C.No. 60/YAS. 7. The FC sets along with VFD drives, power panels and associated fittings proposed to be installed in FC Room shall not take more than existing space inclusive of maintenance envelope and free spaces /heights required. The bidders should be asked to provide proposed layout along with the T-bid.

8. If necessary, an auxiliary supply of 415 V, 30 amps, 50 Hz shall to be provided by Naval Dockyard, Mumbai, in addition to incoming 6.6 kV, for powering space heaters, lighting and other auxillary loads, during non-operation of MG sets. The necessary switchgear and cabling from MSS at SBW, C.No 60/YAS will be within the scope of installation, including all material necessary. 9. The laying and terminations of all necessary incoming HT cables and any other necessary supply / control cables from the existing MSS at SBW, C.No 60/YAS to the system (including transformers) will be done by the contractor including end terminations, supply of necessary accessories like cables, lugs etc. and also carrying-out some minor civil work, as required. 10. The system shall be designed, engineered, manufactured, installed, tested and commissioned as a turnkey project. B. Technical specifications 1. Technical specifications for the MG Set and panel are as furnished below:

(a) Input.

(vi) 6.6 KV or 11 KV 3 Phase 50 Hz ( To be selectable to cater for future migration to 11 kV) (vii) Voltage Tolerance - +/- 10 % (viii) Frequency Tolerance - +/- 5 % (ix) Combined Tolerance - +/- 15 % (x) Aux. Supply: 415 V, 50 Hz, 3 phase.

(b) Output.

(iv) 6.6 KV TO 7.26 KV, 50/60 Hz, 3 phase 1250 kVA maintaining 7.26 KV at 60 Hz and 6.6 KV at 50 Hz at consumer end i.e., to the caissons transformer (v) Voltage Tolerance - +/- 1 % as at cope box (vi) Frequency Tolerance - +/- 1 %

2. MG Set

(a) AC Motor:

(xvi) Rating : As required. (xvii) Rated Voltage : HT/LT. Value as required. (xviii) Rated frequency : 50/60 Hz ( dual frequency), ( 4 Poles) (xix) Speed : 1800 RPM or as required by design (xx) Range of Speed Control : 0-Full RPM (xxi) Class of insulation : F (xxii) Temp. rise : As per class B (xxiii) Cooling : IC – 411or better (xxiv) Enclosure : IP 23 or better (xxv) Ambient : 45 0C (xxvi) Type : Cage (xxvii) Starting : Suitable for VFD power source (xxviii) Efficiency : Not less than 95% on full load. (xxix) Accessories : RTDs for windings and (xv) Duty :Bearings, Space Heater, anti condensation

heater etc. (xvi) Noise Level : <75 db.

(d) AC Generator:

(xxi) Rating : 1250 kVA, 3 Ph (xxii) Voltage : 6.6 KV to 7.26 KV, 50/60 Hz ( dual

frequency), 3 phase 1250 kVA maintaining 7260 V at 60 Hz and 6.6 KV at 50 Hz at consumer end i.e. to the caissons transformer

(xxiii) Frequency : 50 / 60 Hz. ( dual frequency), ( 4 Poles) (xxiv) Pf : 0.8 Pf (lag) (xxv) Speed : 1800 RPM (xxvi) Total Harmonic Distortion : less than 3%. (xxvii) Transient Voltage Dip : less than 20 % on application of 100 % step load. (xxviii) Exciter : Brushless (xxix) Excitation control : AVR and Hand voltage regulator.(panel mounted) (xxx) Cooling : IC 01 or better (xxxi) Enclosure : IP23 or better (xxxii) Connection : Star (xxxiii) Efficiency : Not less than 94.5 % on full load (xxxiv) Ambient temperature : 450 C. (xxxv) Class of insulation : F (xxxvi) Prime mover : AC motor as specified in sl (a) above (xxxvii) Application : To be suitable for naval duty (xxxviii) Duty : Continuous, SI (xxxix) Temperature rise : Limited to class B (xl) Accessories : RTDs for windings and bearings, -space heater, Anti condensation heater (xli) Noise level : < 75 db.

(e) Variable Frequency Drive (VFD) Module:

(xxi) Input Voltage : LT, Value as required, 50 Hz, 3 Ph (xxii) Incoming Breaker : ACB , Rating as suitable (xxiii) Type of Breaker :Electrical Draw out, with

Electronic release (xxiv) Rated Output Voltage : LT, Value as required, 3 Ph (xxv) Output Frequency : 50 Hz (xxvi) Output Freq. Variation band : 0-75 Hz (Continuously

adjustable) (xxvii) Mode of operation :Constant (V/F) upto motor‟s rated voltage, and, Constant V, variable f for f> 50 Hz. (xxviii) Method of control : Microprocessor based digital

Control system. (xxix) Motor rating : As per motor specifications (xxx) Duty : Continuous (xxxi) Range of Speed Control : 0-Full range RPM. (xxxii) Ambient temperature : 45o C (xxxiii) Power elements provided : 3 phase Line reactor (xxxiv) Metering : Voltage, Current, speed (xxxv) Line side switchgear : ACB of suitable rating (xxxvi) Protections :Over current, locked rotor, single phasing, (xxxvii) Direction of rotation : Uni - Directional. (xxxviii) Controls : locally provided (xxxix) Cable entry : From bottom (xl) Enclosure : IP 42 or better

3. Excitation Control Panel:

(i) Mounting : On floor (j) Cable entry : From bottom (k) Controls provided : AVR & Manual Excitation controller with selector switch. (l) Input supply : 415 V, 50 Hz. 3 phase (supply from Naval Dockyard MSS at SBW C No. 60/YAS , cabling from supply point

including supply of cables, switch gear if any and end connections at both end to be done by contractor)

(m) Rating of excitation controller : To suit generator characteristics (n) Power module : Single phase thyristor converter with digital Controls, (o) Voltage control : Voltage increase / decrease push buttons. (p) Metering for Field : Field voltage – (Vf), Field current –(If) (j) Relays : Over excitation, Rotating Diode Failure Indicator (DFI), over fluxing over voltage, Bridge fuse failure, cooling fan failure. (k) Control supply : 110 V AC (to be internally derived) (l) Local and remote controls : Provision is required to be made for both local and remote Control (m) Breaker Tripping logic : Master trip relay contacts will be wired to TB for external connection to trip Coil of breaker (n) Accessories : Annunciator, Indicating Lamp (LEDs), Push buttons

4. Motor control and protection:

(a) Line reactor for smoothening the line current. (b) Overload (c) Over speed (d) Field failure (e) Line faults (f) Converter overload. (g) Feedback failure.

5. AC generator control and protection.

(a) In addition an automatic voltage regulator is provided for regulating the terminal voltage of the generator at the desired value.

(b) Generator protection system:

Following relays are provided

Under Voltage.

Over voltage.

Under Frequency.

Over Frequency. 6. Special Features:

(a) Drives are of non-regenerative type suitable or uni-directional operation with speed control range of 1:10 of base speed up to base speed in constant speed zone.

(b) Speed regulation shall be +/- 0.5% of base speed at base speed. Speed feedback signal is obtained by means of encoder.

(c) Programmable ramp generator to control acceleration / deceleration time of MG set from 2.5 seconds to 180 seconds

Transformers for VFD (Preferred to be part of VFD panel):

(xiii) Rating : As suitable (xiv) Primary voltage : 11kV /6.6 kV ( both needed, any one to be

selectable/connectable), 50 Hz., 3 Φ, (xv) Secondary –1 : As required (xvi) Duty : Converter duty (xvii) Vector Group : Ddyn-11 (xviii) Impedance : 5% (xix) Installation : In door (xx) Accessories : standard fittings (xxi) Tappings : (±) 2.5%, (±) 5 % on HT side (xxii) Class of insulation : B (xxiii) Size : To be compact to fit into the available space of the

room with all other equipment. (xxiv) Type- : Dry type, air cooled

7. Synchronization Panel. The panel should permit automatic as well as manual paralleling of the MG sets at generator ends. The following specifications are guidelines and can be altered as required for design.

(xi) Incomer voltage : As required (xii) Relays : Sync. check Relay (xiii) Synchronizer : Auto synchronizer and manual

synchronizer with selector switch. (xiv) Meters : Double Volt meter, Double frequency

Meter, Synchro scope etc. as required (xv) Generator selection : through selector switch. (xvi) Speed control : Push buttons / pistol grip spring loaded

switch provided for increase / decrease. (xvii) Voltage control : Push buttons provided for increase /

decrease. (xviii) Breaker closing command : Through push button in manual mode,

and, automatically in auto mode (xix) Cable entry : From bottom (xx) Enclosure : IP-43

8. All meters in all panels shall be Digital except Ammeter and voltmeters, which will be analogue (as they are more convenient to see load variations). Accuracy class shall be Class 1.5 and recommended makes are L&T/Rishabh/AE/Conzerve. Digital meters will have RS 485 port for networking with SCADA system (SCADA system not in scope of current proposal). C. Scope of supply

Each system consists of the following;

Sl It

Rating Qty

S.NO. ITEMS QTY

1. 1250 KVA, 7260 V, 50/60 Hz, 3 Ph, 3Wire system 04

em

1 MG Set, with necessary remote indication panel.

AC motor as, suitable HT/LT voltage (matching with VFD drive), 4 P, 50/60 Hz. AC Generator of 1250KVA, 6.6 KV to 7.26 KV, 3 Ph, 50/60 Hz (dual Frequency), 1800 RPM ( or as required by design), 4 pole ( or as required by design)

2

2 Variable Frequency Drive Cum Controller (with integral dry type transformer if necessary)

Input Voltage 6.6. kV or 11 kV (selectable), Input frequency 50 Hz, suitable for above AC Induction Motor

2

3 Synchronization panel

Synchronizing relays, meters, PTs, auto and manual synchronizer, for synchronizing of all sets

1

4 Base frame, railing and wheels and coupling

Suitable for above MG set 3 sets

5 Anti Vibration Mounts Suitable for the above MG Set 16

6 HT Cables

XLPE, 11 kV, 3 core, armoured, Al cables

4 lot each

100 m

7 All other items as required for a turn key execution of the project.

D. Documentation. The following documents shall be supplied:- (a) Foot print and Foundation layout (b) Single line diagram

(c) Schematic diagram (d) Bill of material with OEM‟s part identification list (e) Cable schedule (f) Instruction manuals (g) Technical manuals for all equipment including circuit, cable connection diagrams and trouble shooting procedures (h) All test and calibration reports

(j) OEM‟s spare part list with drawings The above documents shall be submitted as follows: (a) Hard copy – 4 sets (b) Soft copy – 2 Nos. CDs .The soft copy of the documentation shall have the following features:-

(i) It should include complete contents as listed in para 32 above.

(ii) It should be in a searchable text document format like PDF or MS Word (and not scanned versions of hard copy) which should be openable on normal PC without any requirement of any special software / application.

E. Spares for Five years of Normal Operation: To be provided. An indicative list is as follows:- (a) Automatic Voltage Regulator – 4 nos.

(b) Diodes for 1 Ø Half controlled bridge – 6 Nos.

(c) Thyristors for thyristor bridge - 12 Nos.

(d) Bearings

(i) DE side of Motor -2 Nos.

(ii) NDE side of Motor - 2 Nos.

(iii) DE side of Generator - 2 Nos.

(iv) NDE side of Generator - 2 Nos.

(e) Power Card - 4 Nos.

(f) Control Card - 4 Nos.

(g) Display Card - 4 Nos.

(h) Indicating lamps - 36 Nos.

(j) HRC fuses - 36 Nos.

In addition to the above mentioned list of spares, following spares are to be supplied per unit:- (a) A complete set of spares including all important cards, contactors, indication assembly, other subassemblies, consumables like fuses, lamps, lamp covers, switches, knobs, etc.

(b) Tools for system maintenance. (c) All test equipments necessary for maintenance.

F. Load Trials. Trials on all modes of operation will be undertaken on commissioning of the MA sets at Naval Dockyard, Mumbai. Onsite tests shall be decided by the Yard. The tests shall include both transient, static load and paralleling tests. The procedure for the same will be the standard procedure employed by ETMA. In brief, the following tests to be carried out in the presence of Dockyard Representatives, on site i.e. at Naval Dockyard, Mumbai post installation.

(a) One hour at 50% Load (b) One hour at 75% Load (c) 4 hours at 100% Load (d) One hour at 110% Load (e) ½ an hour at 75% Load (f) ½ an hour at 25% Load

G. Training.

Training on operation and maintenance of the MA sets will have to be provided to personnel of Naval Dockyard, Mumbai. Thorough onsite training shall be arranged on operation and maintenance aspects for suitable personnel from the Yard for at least one week On completion of trials and training, a user‟s certificate of successful trials and completion of training on operation and maintenance of the MA sets will be provided by Naval Dockyard, Mumbai.

.

H. Warranty

Warranty for 01 year from the commissioning date for the motor Alternator set and all associated fittings. The warranty shall start only after successful completion of all the trials on site and rendering of work completion certificate by the user. all defects during the warranty are to be liquidated within 24 hours of defect reporting . Any component/ unit/ sub unit gone defective is to be replaced with a new component/ unit/ sub unit to the user satisfaction. J. Quality Assurance Plan

Detailed QAP is to be forwarded and the same would be vetted. QA plan for raw material certification, in process inspection hold points, schedule for testing of sets, cables, bus bars, switchgears, etc. are to be clearly brought out in the QAP. In addition to the above, visit to be organized at the factory site. K. Acceptance Criteria

The acceptance will be done by the trials post successful installation at the user premises as mentioned below:

j) All parameters as per the technical specification mentioned above are to be proved.

k) All protections as per the technical specifications are to be proved.

l) The insulation of the power line with the thyristors and the control card disconnected should be more than 50 MΩ.

m) Temperature rise is to be within limits.

n) Overload capacity will be tested as per the technical specification.

o) Full load trials for 24Hrs continuously.

p) The equipment should confirm to relevant IS or equivalent specification and its complete details are to be indicated in the parts identification list.

q) Thyristors and other electrical components used in the equipment should be of reputed make as acceptable by the user and there details should be clearly specified in the part identification list

j) All circuit breakers should be of ABB/ Siemens/ Crompton Make. k) All digital/ analog meters are to be of reputed make. l) Wiring will be done with latest engineering practices for numbering/ ferruling etc. m) The calibration certificate for all the meters and relays is to be provided. n) The equipment should be designed in such a way that it is safe and comfortable to

operate and to carry out day to day maintenance. L. Mandatory Requirement of Site Visit. The firms are required to depute maximum of 02 representatives for site inspection and work estimation and also to meet C. No. 67/ Manager Yard Services, Naval Dockyard Mumbai (Tel 022 22751170, Fax 022 22751789) for discussions on work package prior to pre bid conference and filling up the tenders. This requirement is mandatory