29
RFP for SCES10 &11 Electrical systems Information Proprietary to MCF/ISRO Page 1 REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning of Electrical systems for SCES#10 and 11 at MCF, Hassan

REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

  • Upload
    others

  • View
    9

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page1

REQUEST FOR PROPOSAL (RFP)

FOR

Supply, Installation, Testing and

Commissioning of Electrical systems for

SCES#10 and 11 at MCF, Hassan

Page 2: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page2

Disclaimer

1. This RFP document is neither an agreement nor an offer by Master Control Facility (hereinafter referred to as MCF) to the prospective bidder or any other person.

2. MCF does not make any representation or warranty as to the accuracy,

reliability or completeness of the information in this RFP document and it is not possible for MCF to consider particular needs of each party who reads or uses this document. This document includes statements, which reflect various assessments arrived at by MCF in relation to the deliverables. Such assessments and statements do not purport to contain all the information that each Applicant may require. Each prospective Applicant should conduct its own investigations and analysis and check the accuracy, reliability and completeness of the information provided in this RFP document and obtain independent advice through MCF purchase or appropriate sources.

3. MCF will not have any liability to any prospective Applicant/ Firm/ or any other person under any laws (including without limitation the law of contract, tort), the principles of equity, restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFP document, any matter deemed to form part of this RFP document. MCF will also not be liable in any manner whether resulting from negligence or otherwise however caused, arising from reliance of any Applicant upon any statements contained in this RFP.

4. The issue of this RFP does not imply that MCF is bound to select an Applicant or to appoint the Selected Applicant, as the case may be, for the services and MCF reserves the right to accept/reject any or all of proposals submitted in response to RFP document at any stage without assigning any reasons whatsoever. MCF also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted RFP Application.

5. MCF accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

6. The bidder shall be Original Equipment Manufacturer (OEM) or System Integrator (SI) or any Authorized Agent/Vendor for OEM/SI.

7. MCF reserves the right to change/ modify/ amend/ cancel any or all provisions of this RFP document.

Page 3: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page3

Table of Content  

  

Table of content                                                                                                               Page No. 

1.0 Introduction ………………………………………………………………………………………………………………….4 

2.0 Scope of Tender…………………………………………………………………………………………………………….4 

3.0 Bidder eligibility /qualification criteria          ………………………………………………………………….4 

4.0 General instructions………………………………………………………………………………………………………6 

5.0 Bid submission Instructions ………………………………………………………………………………………….7 

6.0 Bid Evaluation Criteria…………………………………………………………………………………………………..8 

7.0 Technical requirements……………………………………………………………………………………………….  9 

8.0 Site Information & Delivery and logistics……………………………………………………..……………..10 

9.0 Customer (MCF) Furnished Items………………………………………………………………………………….11 

10.0 .  SCES#10 &11 Electrical system configuration ……………………………………………………11 &21 

11.0  Order Quantities &Deliverable for each station…………………………………………………………  12 

12.0 Meeting and Review……………………………………………………………………………………………………13 

8.1 Technical Interface Meeting (TIM) 

8.2 Preliminary Design Review (PDR) 

8.3 Acceptance Test for the Systems 

13.0 Site acceptance Test plan …………………………………………………………………………………………. 14 

14.0 Documentation…………………………………………………………………………………………………………   15 

15.0 Training ……………………………………………………………………………………………………………………   15 

16.0 Delivery Schedule………………………………………………………………………………………………………..16 

17.0. Payment Terms………………………………………………………………………………..…………………………16 

18.0 Approved Make and Model……………………………………………………………………………….………..16 

19.0 Warranty ……………………………………………………………………………………………………….……………18 

20.0. Penalty ………………………………………………………………………………………………………………………19  

21.0. Technical Annexures, BOM and Drawings…………………………………………………………….. .    20 

22.0. Electrical system configuration drawing…………………………………………………………………..…21 

 

Page 4: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page4

1.0. Introduction

MCF as one of the Indian Space Research Organisation (ISRO) unit, Monitor & control GEO Communication & navigation Satellites. MCF plans to have two nos. of Earth stations at MCF, Hassan. The scope of the entire work involving Supply, Installation, Testing and Commissioning of the proposed electrical system to be completed in about 6 months from the Effective Date of Contract (EDC)/ placement of Purchase order. Satellite control earth stations (SCES) are named as SCES#10 and SCES#11 for easy identification.

2.0. Scope of Tender

The work to be carried out under this tender specification shall consist of the supply, delivery to site, installation, integration, testing, commissioning and handover of electrical systems in the proposed configuration (Ready to use configuration) and providing warranty to all systems as mentioned in the tender from the date of commissioning and handing over to MCF. Proposed systems are to be implemented in accordance with the specifications and tender conditions. NOTE: - Configuration diagram shows the total electrical works, which includes some of the works in the department scope and not in the scope of this tender (Total configuration is prepared and enclosed for easy understanding). The components which are not in the scope of this tender are as follows.

a. Supply and installation of Uninterrupted power supply (UPS) b. Supply and installation of Battery bank for UPS c. Supply and installation of Static transfer switch (STS) d. Supply of Automatic voltage regulator (Installation is in the scope of

tender)

1.1 Supply, Installation, integration, testing and Commissioning of all the

electrical equipment’s as per the BOM and technical specifications.

1.2 Submission of installation report, operation and maintenance manuals, test certificates given by manufacturer, manufacturer’s catalogues, original DVD/CD/Pen drive of the software etc for all the equipment’s supplied and commissioned.

1.3 Standard Warranty as mentioned in the tender to be provided by the bidder.

3.0 Bidder Eligibility /qualification criteria: -

Page 5: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page5

3.1 Bidder shall be Class –I Electrical Contractor with clas-1 electrical

contract licence OR System Integrators OR Original Equipment Manufacturers (OEMs for any of the major equipment’s of the tender) OR their authorized representatives with following eligibility criteria mentioned in 3.2 to 3.5 . The bids submitted by the above bidders not meeting these eligibility criteria shall not be considered.

3..2. Bidder shall have the class-1 Electrical contract license and Electrical

Supervisory Certificate issued from state or central Government authority. If bidder is not having the Electrical contract license or Supervisory license, they should engage the license holders with similar work experience. License holders through whom the work will be executed are to be nominated and copy of license to be are submitted along with technical bid.

3.3. The Bidder shall have an experience in installation and commissioning of similar electrical systems. Bidder shall provide the details of purchase orders, completion certificates and completion schedule with relevant references/ contact details that are executed by them in last 5 years. Submission of purchase order is not adequate to substantiate the experience. Satisfactory completion certificate from the customer is a must to substantiate the experience.

3.3.1. Bidder shall have similar work experience of handling the projects having

similar nature of work (SITC of Power Control Centers (PCC)/ Automatic Voltage stabilizer (AVR)/ Distribution panels/ UG cables) having completion value as mentioned below in 3.3.2.

3.3.2. Minimum one work of value more than 212 lakhs OR Minimum two works of completion value more than 159 lakhs OR Minimum three works of completion value more than106 lakhs

3.4 Valid work completion certificates issued by the previous customers are

to be submitted along with technical bid. If MCF desires, previous work site will be visited and it is the responsibility of the bidder to arrange for the site inspection of previous work site. Qualification of the bidder to participate in the bid is based on the performance/ completion in the previous work up to the satisfaction of the MCF.

Page 6: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page6

3.5. Bidder shall also submit all the electrical works carried out in the previous five years with completion certificates from the customers in the along with technical bid as per Table-II.

TABLE-II

4. General instructions

4.1 Though sufficient care has been taken to provide as many details as

possible regarding all aspects of the Project, it is the Bidder’s responsibility to ensure that the information provided in the RFP is adequate and clearly understood. If in doubt on any aspect of the Project,/bidder not understand any part of the tender, they can ask in writing to the department (MCF) before the bid due date.

4.2 Bidder shall submit the compliance to all the systems in the technical

bid as per the different annexures enclosed for different systems (Guaranteed Technical compliance- GTC). Relevant documentary proof for bidder qualification shall be enclosed in the bid.

SL No

Customer name

Customer address

& contact

no.

Name of the work

Nature of works (briefly) PO copy

to be enclosed

Cost of the work

Acceptance for arranging the facility

visit/ inspection by

MCF Yes/No

customer satisfactio

n certificate

with regard to

successful completio

n of installatio

n and commissioning is enclosed (Yes/NO)

Time taken to complete

the project after

obtaining the order

1. 2. 3.

Page 7: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page7

4.3 Once Bid is accepted based on the price quoted, the successful bidder

has to complete the entire Scope of the work without any extra cost. Any claim for extra payment on the grounds that scope of work was not understood at the time of bidding shall not be accepted.

4.4 Even if the work is supervised or executed by the nominated license

holder, the whole responsibility of the project in terms of supply, installation, quality, commissioning and completion is the responsibility of the successful bidder only.

4.8. All the correspondence related to the project will be done with the

successful bidder.

4.9. All systems shall be in line with relevant IS or IEC standards. All the

systems should be made to support 24x7 continuous operations without any deviation in the performance.

4.10. One set of installation, operation, service manual to be provided with each supplied unit.

5. Bid submission instructions: The proposal must consist of two parts.

Part I: Techno commercial bid shall consists of following

e. Unpriced bill of materials. 

f. Data sheet/catalogues of proposed equipment’s g. Compliance statement for all the works h. Documentary proof for vendor evaluation criteria. Commercial

terms like, Security deposit, performance bank guaranty, payment terms, warranty etc

No Cost/Financial information is to be included in the Techno Commercial bid. Violation of the same will lead to disqualification of the bid.

Part II: Price bid: Shall consist of prices for all the works/equipment’s. a. Bidder shall mandatorily quote for all the items /equipment of the tender  

Page 8: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page8

b. Bid Validity: The bidder shall indicate the period of validity of this bid,

which have the validity of 6months from the date proposal. c. Bid preparation cost: The cost of preparing bid in response to the RFP

shall be borne solely by the Bidder. The issue of the RFP does not create any financial or other obligations whatsoever on the part of MCF. The information contained herein is proprietary to Master Control Facility (MCF)/Purchaser, and may not be used or reproduced, except for the purpose of responding to this RFP.

d. Major requirement: The major task to be carried out under this tender

specification are (not limited to) as per the BOM (table –I) of the tender and detailed BOM enclosure with technical annexures):

e. MCF is eligible for availing Concessional GST in terms of Government of

India (GOI), Ministry of Finance, Department of Revenue Notification No:45/2017-Central Tax [rate] dated 14.11.2017 and Notification No:47/2017-Central tax[Rate] dated 14.11.2017 and as per the same applicable percentage of GST is 5% under the scope of this tender.

f. MCF shall provide Custom Duty Exemption Certification (CDEC) under

Notification No 51/96 for imported components. The applicable Basic CD now is 5%+ social welfare charges.

g. Purchaser (MCF) reserves the right to order for the whole system or for a

part of the system given in the RFP and also has the right to adopt or reject the offer without giving justifications or reasons whatsoever.

6. Bid Evaluation criteria:-

The technical Bids will be evaluated based on the following parameters:

a. Previous work experience as per sl no.3.3.2 to be satisfied and work experience certificate to be submitted along with the technical bid.

b. Bidder shall meet all the technical specifications of the tender. c. Bidder shall offer all the works /equipment’s mentioned in the BOM

and technical specifications. d. Bidder shall provide compliance to all the works. Partial compliance

will be rejected. e. Bidder shall consider only approved makes/brands enclosed with

the tender. If Department approved brands are not available in the list, reputed make shall be considered and same to be mentioned in the technical bid BOM.

Page 9: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page9

f. Make and model no. catalogues for all the items are to be mentioned and submitted in the technical bid.

g. Bidder shall mandatorily quote for whole system. Partial bid will not be considered.

7. Technical requirements: -

a. Supply, installation, integration, testing, commissioning and, handing

over of electrical systems mentioned in the BOM (Table-1 and detailed BOM enclosed with the technical annexures) required for Satellite control earth stations at MCF Hassan (Block diagram/ Single line diagram are enclosed for reference).

b. Technical bid qualification: Bidder shall mandatorily quote for all the

systems / equipment’s for completing the project. Award of contract will be based on evaluation of total offer. Overall lowest tender meeting all the tender requirements will be considered. Hence. Partial bid will be rejected. MCF reserves the right to reject any offer for any non-compliance to specification/requirement or lack of documents/proofs to substantiate the performance as per the specification/requirement of any system.

c. Make and model of all the systems are to be one among the MCF

approved makes enclosed in the annexure-A. No other makes will be accepted. If for any of the items MCF approved makes are not available, suitable ISI branded reputed makes to be considered with prior approval of MCF.

d. Installation and commissioning of any of the systems needs

manufacturer’s expertise, same to be arranged through the manufacturer or their authorised agency.

e. All the panels are to be fabricated through the Department approved

panel fabricators only. f. Bidder shall submit their compliance to all the items as per the

Annexure-B and same shall be submitted with technical bid. g. After completion of the work, operation manuals , data sheets etc are to

be submitted

Page 10: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page10

8. Site information:

Location Hassan, Karnataka

Nearest Highway NH-75, 10 Km

Nearest Railway Station Hassan, 12 Km

Nearest Airport Bangalore, 200 Km

Latitude 13.07º North

Longitude 76.098º East

Altitude 980 Meters MSL

Soil Gravelly

Rainfall Annual 2809 mm, maximum rainfall in a day 163 mm

Temperature (in ºC) Max 37.0ºC

Min 10.0ºC

Relative Humidity 31-81 %

Bidder may obtain permission to visit site for getting any inputs

9. Delivery and logistics

9.1. Bidder shall be responsible for the safe transportation/ delivery of total

system to actual sites at MCF Hassan (Delivery terms: On-Site i.e.; FOR MCF-HASSAN). Bidder shall also be responsible for all logistic arrangements like boarding/lodging for the installation-team of the bidder, etc.

9.2. The contractor shall observe all the safety precautions for the safety of

the labour and employees of MCF while executing works. Bidder shall be responsible for the safety of the persons employed by them. Also bidder shall follow the ISRO contractor safety manual enclosed with the tender.

9.3. Contractor shall comply to all statutory requirements of labour laws.

9.4. The contractor shall be responsible for injury to persons or equipment

and damages to the property which may arise from omission or negligence of the contractor and their employees.

Page 11: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page11

9.5. The contactor shall not employ any person who is prohibited by law

from being employed for fulfilling obligations under this contract.

9.6. In case the bidder does not adhere to the terms of the contract, MCF reserves the right to terminate the contract.

9.7. MCF reserves the right to check the progress of the work and adherence

to the technical specifications etc. at any time/ stage during the progress of work.

10. Customer (MCF) Furnished Items

On the part of MCF, the following support / facilities shall be made available to the successful bidder.

10.1. Single point 3 phase, four Wire (3P+N) AC power supply. AC power includes Utility Power supply (Non UPS supply) 400V±5% three phase, 4 Wire, 50Hz±5%. Utility power provided during installation will be on chargeable basis. All the required UG cable from the source of power to site, ELMCB, calibrated Energy meter and other protection devices and earthing are to be arranged by the bidder only.

11. Electrical System details /Configuration

11.1. The indicative block diagram of the required electrical system is enclosed (Drawing No. MCF: TSF:ES10 &11:1). However, bidder shall provide the detailed block schematic of the proposed configuration including interfaces indicating each of the subsystems/elements being proposed, in the technical bid.

11.2. Even though the configuration diagram shows all the equipment’s / components of the systems, bidder to note that the following items are not in the scope of this work/tender. These works will be carried out by the department.

a. Supply and installation of UPS (uninterrupted power supply) b. Supply and installation of Battery Bank for UPS. c. Supply and installation of Static Transfer Switch (STS). d. Supply of Automatic voltage regulator (LT-AVR). Installation is in the scope of

work. NOTE:- Refer BOM for details and clarity.

Page 12: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page12

11.3. All the items / equipment’s mentioned in the block diagram and in the BOM shall be of the department approved make and model as mentioned in the Annexure-A. If for any of the items make or model is not mentioned in the tender, suitable reputed ISI branded item to be selected and mentioned in the BOM along with technical bid. Also the detailed catalogues, literatures of the make or model proposed are to be submitted in the technical bid. Also panels are to be fabricated through department approved panel fabricators only.

11.4. All the drawings of the systems / individual items are to be submitted before

starting the fabrication work. Successful bidder shall attend the pre design review (PDR) meeting at MCF after submission of design data and drawings. All the suggestions during the PDR are to be incorporated. Supplier shall proceed with the project after approval of PDR document. Project schedule to be submitted in the PDR meeting.

11.5. Any other supply/ work not specified but required to complete the project shall be in the scope of bidder. Bidder shall provide the system in “Ready to use” condition.

12. Order Quantities & Deliverables

Table -1 (Bill of Materials –BOM) is the List of major deliverables. Bidder to note that the offer needs to include all the items required to realize the total system as per the required configuration and specification.

Table: I: BOM is Enclosed

13. Meetings and Reviews

In the event of an award of the contract, the bidder shall adhere to the following technical meeting and review requirements that are necessary for total understanding and successful execution of the project.

13.1. Technical Interface Meeting (TIM)

The successful bidder is free to organize Technical Interface Meetings with MCF, Hassan to facilitate developmental activities and clarify interpretations of MCF requirements. These meetings could also be held as informal design reviews and address all open issues associated with design implementation and installation.

13.1.2.Periodic Progress Report after placement of order through the project period

till completion to be submitted to MCF. Apart from this successful bidder need to submit the status /test results as and when MCF seeks.

Page 13: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page13

13.2. Preliminary Design Review (PDR) PDR shall be held at MCF, Hassan. The PDR will be the first major review of the detailed design after placing the purchase order. Detailed design, drawings and BOM etc shall be submitted within fifteen days of signing the contract/ placing the purchase order. This review shall address any design requirements, schedule of supply of items and work plan etc. Detailed drawings for fabrication works, SLD’s BOM etc are to be submitted before the PDR.

The PDR Committee shall be formed by MCF/Purchaser. The committee shall carry out the evaluation process and provide necessary recommendations and approvals. This report shall form the basis for the successful bidder to proceed with manufacturing process. In response to the recommendations contained in the PDR report, the successful bidder shall provide a PDR Closeout Report within fifteen days from date of PDR.

The PDR process is intended to serve as an interim step in the design validation where MCF/Purchaser and the successful bidder agree that the design is proceeding as planned and meets the requirement.

13.3. Acceptance Tests for the systems Successful bidder shall arrange for acceptance tests / factory tests at the manufacturer’s place before delivering the items to site. All the tests like acceptance and routine tests shall be carried out as per relevant IS/ IEC standards. Items shall be delivered to site only after passing of the acceptance tests.

13.4. Test Plans and Procedures / Preparation

13.4.1.Successful bidder to prepare detailed Test Plans and Procedures, including, for all levels of test and acceptance (Factory acceptance, in-plant acceptance, site acceptance tests etc.) and take approval from MCF. The verification test plan will be a comprehensive plan that comprises of tests for verifying overall system and individual sub-system specification, performance and requirements, at different stages of the entire program.

13.4.1.The tests shall be organized and conducted by the successful bidder with

the participation of representatives designated by MCF. Arrangement of required test and measuring equipment and verification of its current calibration status shall be the responsibility of the successful bidder. The

Page 14: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page14

final acceptance testing will be conducted under the supervision and guidance of a Test and Evaluation Committee appointed by MCF.

13.4.2.Successful bidder to organize system/sub system performance tests during installation phase. Successful bidder shall allow identified MCF engineers to involve in the installation, testing and commissioning activities. Any suggestions given by the MCF during installation and commissioning phase are to be implemented.

13.4.3.Integration Tests: Subsequent to successful completion of installation and

integration the successful bidder shall perform end-to-end integration tests, functional tests, and safety features verification etc for the works they have executed. The successful bidder shall ensure that the tests are performed as per the approved plan and procedures. The integration testing shall take place at the site of installation jointly with the participation of MCF representatives. The test procedures and the results will be reviewed and validated by purchaser/MCF.

14. Site Acceptance Testing:

14.1. The successful bidder shall develop detailed Acceptance Test Procedures

(ATP) and conduct detailed Acceptance Test for verification of performance and requirements. Acceptance Testing will be conducted at the installation site in presence of Purchaser’s representative/team. The bidder shall ensure that the tests are performed as per the approved plan and procedures. The successful bidder is responsible for making available the necessary test and measuring equipment required for the tests and documentation including test results, observation and analysis. MCF shall appoint a Test and Evaluation Committee and the Acceptance Testing shall be conducted under the supervision of this committee. The Test and Evaluation Committee shall review the Acceptance Test results and shall certify the compliance of the complete system to the contract specifications and performances. This Acceptance Test Certification shall form the basis for acceptance of the system.

14.2. System Commissioning and Demonstration: After successful completion of

acceptance testing of the system, the commissioning phase shall begin. During this phase, which is expected to last for a period of approximately 15days, the successful bidder is required to perform regular operation of the complete system in presence of MCF/purchaser personnel. This phase will

Page 15: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page15

also be used for training the personnel for hands-on operation and maintenance activities.

14.3. During this period the bidder shall demonstrate satisfactory real time

performance of the complete system.

14.4. The bidder shall provide a Commissioning Plan detailing the activities planned to be performed. At the end of the commissioning phase the successful bidder shall submit a Commissioning Report detailing the tasks performed and the performance of each subsystem.

14.5. The project will not be deemed to be completed until the commissioning trial of the whole system is carried out successfully by the successful bidder and the same is verified and agreed by MCF.

15. Documentation

15.1. The successful bidder shall deliver all the technical documentation that

explains the theory of operation, OEM data sheets, system description, installation, operation, troubleshooting, maintenance manuals etc., along with a complete comprehensive wiring/cabling and interface schematics of the entire project as required for the user. All the communication and documentation shall be in common and usable English only.

15.2. successful bidder shall provide the actual test-data/reports for all major sub-systems like Cables, Power control Centre, , UPS Output panel and UPS Distribution boards etc. to MCF.

15.3. The successful bidder shall supply two sets hard and soft copy all the

documents mentioned above and also operation and maintenance manual in duplicate to MCF during installation. All necessary literature giving complete details shall be provided. The bidder shall provide the original CD/Pendrive of the software if available as per manufacturer standards.

16. Training

Training shall be provided to nominated team of MCF staff in installation, testing, trouble-shooting, and maintenance and to effectively operate the system.

Page 16: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page16

17. DELIVERY SCHEDULE:

The project is to be completed within 06months from the date of approval of the design/ drawings after PDR. Bidder shall provide the firm delivery schedule being proposed along with milestones (like supply of hardware/software, installation, testing & acceptance etc.) in the technical bid.

18. PAYMENT TERMS:

18.1. The milestone Payment of supplies will be as below. 18.2. Max of 80% of quoted value for supply of cables after delivery at MCF stores and

acceptance. 18.3. Max of 70 % for, Power control centre, UPS output panel, UPS DB’s, , Chang over

switch panel, STS output panel and other equipment’s after delivery at MCF stores and acceptance

18.4. Balance Payment for equipment supply and installation and commissioning charges will be paid after successful commissioning and acceptance of entire system on submission of PBG.

18.5. Security Deposit: - Bidder shall agree to provide the security deposited of 10 % of the order value within 15 days from the date of placing the PO for execution of the contract.

18.6. Performance Bank Guaranty: - Bidder shall; accept for providing PBG of 10 % of the order value from the date of completion of work to completion of warranty period.

19. APPROVED MAKE AND MODELS

19.1. Bidder to offer the CEPO/department approved brands enclosed as per Annexure-A for all the items. If any of the items not listed in the approved list (Annexure-A), then suitable reputed brands to be selected and mentioned in the technical bid. If the tenderer wants to offer the brands other than the brands listed in annexure-A (Equivalent brands), prior approval to be obtained from Civil engineering programing office (CEPO), ISRO Headquarters, Bangalore, Phone No. 080-22172435, Email:- [email protected]. Also this approval to be submitted along with the technical bid.

19.2. Model and make of all the units to be clearly mentioned in the technical bid failing which the bids will be treated as non- compliant and shall be rejected. With regard to this the bidder need to mandatorily fill up the following table-III (Sample) with relevant information, failing which the bid will be rejected. Duly filled table -III to be submitted along with the technical bid.

Page 17: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page17

Also detailed technical compliance table provided in the tender for individual items are to be duly filled and submitted with the technical bid.

TABLE-III

SL No Unit Make Model Whether technical catalogue/ brochure enclosed (Yes/NO)

1. UG cables both armoured and unarmoured, Aluminium and copper conductor cables

2. Power control centre (PCC) ,

3. SCES#11 UPS input panel

4. Switchgears 5. Measuring instruments 6. Protection relays 7. Current Transformer 8. Indication lamps 9. Fuses 10. UPS output panel 11. UPS Distribution board 12. STS Output Panel 13. Changer switch panel 14. Screw less type Terminal

blocks 15. Cable glands 16. Lugs

17. Wire mesh Cable tray

18. Cables for control wiring

19. Panel fabricator

20. Other auxiliary items

19.3. Bidder shall provide details of financial profile of the company (Electrical Contractor /SI/OEM), product range, manpower profile, turn-over status and experience in the field of electrical systems of the company for the last 03 years. To be submitted along with technical bid

19.4. Bidder shall submit the complete list of deliverables along with their technical quote. In technical bid, bidder shall provide the unpriced list of all the

Page 18: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page18

deliverables and quantity of each item as per price Bid. Care to be taken that Technical bid doesn’t contain any price details. Bidder shall also note that wherever item quantity quoted in “lot/set”, breakup of item with quantity also to be given. The bidder shall provide the list of all the deliverables as per price Bid with individual/split prices, whenever asked for after price bid opening.

20. Warranty

20.1 For all the items, Minimum Warranty of 18 months from the date of supply

or 12 months from the date of commission and handing over whichever is earlier shall be provided.

20.2. Successful bidder shall provide contact details of focal point of maintenance team which will receive the complaints from the user and resolve the problem within the stipulated time during contract period. The warranty shall be on all the items and workmanship under this contract.

20.3. Bidder shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of overall hardware, software, accessories, etc., covered by the offer.

During the warranty period the bidder shall maintain the hardware, , accessories, and repair / replace all the defective components and elements at the installed site free of all cost to the Department.

20.4. The bidder should ensure that the defects in the system reported on any working day is attended to within 36 hours from the date and time of reporting.

20.5. Repair to be carried out at the installed site only. In case the system or any

equipment cannot be repaired at the installed site, successful bidder can take the equipment outside MCF. Successful bidder to provide bank guarantee for the particular faulty unit to take out from MCF. Bank guarantee will be released after the unit is brought back to MCF in working condition.

20.6. In case, the system or any equipment cannot be repaired at the installed site

within the stipulated period, the bidder should provide the identical replacement till the system/equipment is returned duly repaired and take the defective unit to service centre. In case the manufacturer discontinues any model, Successful bidder shall supply spare /item with equivalent / higher model meeting required specifications at no extra cost and ensure that it gets integrated with the system

Page 19: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page19

20.7. MCF reserves the right to get defects rectified through another agency in the event of failure to provide services by successful bidder within a reasonable period, Such Cost shall be charged to the successful bidder. This shall not affect the liabilities of the bidder on the warranty for its remaining period.

20.8. If faulty equipment is not repairable, successful bidder shall intimate MCF

regarding replacement of faulty unit, giving all the details/ specifications of the replacement unit. Consent from MCF shall be obtained before replacement.

21. Penalty

Penalty during warranty period:-If the defects are not attended with in the 36 hours, penalty of 0.05%of the cost of defective item per day will be imposed.

Note: -

Detailed Technical specifications are enclosed in different annexures. Also the quantity of items are mentioned in BOM (Table-I and detailed BOM for some of the items along with technical annexures).

Payment for all the items supplied, installed and commissioned will be paid as per the actuals.

If any of the items not mentioned in the BOM / Tender and required for the

completion of the project are to be suitably considered. Also price bid shall be submitted accordingly.

If any of the items or systems requirement are projected after bid finalisation

and during the work execution, no extra cost will be paid by MCF. This is to be borne by the successful bidder only.

For all the items, Minimum Warranty of 18 months from the date of supply or

12 months from the date of commission and handing over whichever is earlier shall be provided.

Any of the problems in the warranty period are to be attended with free supply

of man power and materials. Penalty for non-attending the maintenance calls in the warranty period will be

put as mentioned in the different annexures.

Page 20: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page20

The order shall be placed on Principal Bidder / System integrator and the same shall be responsible to carry out entire work.

While submitting price bid, bidder shall consider all domestic taxes & duties

applicable and arrive at total landed cost. Hence the bid shall be evaluated on total landed cost.

22. Technical Annexures, BOM and Drawings

22.1. Guideline specifications for individual components/Technical Annexures and BOM for power control centre (PCC) etc.

Enclosed as Annexure-1 (A) to 9 (A)-43 pages 22.2. Bill of Materials (BOM)

Enclosed as Table-I 22.3. Drawings

Enclosed as Drawing no. MCF:TSF:ES10 &11:1 to MCF:TSF:ES10 &11:10

22.4. List of Department Approved make Enclosed as Annexure-A

22.5. Compliance statement to be duly filled and enclosed with the Technical bid (Guaranteed Technical Compliance -GTC)

Enclosed as Annexure-B

22.6. List of documents to be submitted along with technical bid. Enclosed as Annexure-C

22.7. List of panel fabricators approved by the department

Enclosed as Annexure-D  

 

 

 

Page 21: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

RFP for SCES10 &11 Electrical systems  

InformationProprietarytoMCF/ISRO Page21

 

Page 22: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

ES10 ES11 Total1 Mtr 1200 1800 3000

2 Mtr 100 500 600

3 Mtr 200 300 500

4 Mtr 200 150 350

ELECTRICAL SYSTEMS FOR SCES#10 and 11

Supply of 3.5 CX240sqmm, Aluminium conductor XLPE insulatedarmoured cables for Power source from Power station # 3 to Powercontrol center of the SCES#10 aqnd SCES#11 facility as per the detailedspecifications in annexure 1 (A).

5 Laying of three runs X3 .5 Core X240sqmm UG cables in existingtrench/ Hume pipe/ cable tray / on the wall etc as per detailedspecification in annexure-1 (C).

6 Termination of 3.5CoreX 185 and 240sqmm armoured, XLPE insulaed,Alminium conductor UG cables by using double compressed heavyduty brass glands and heavy duty long barrel copper lugs as perdetailed specification in annexure-1 (D).(For input cables to PCC andAVR)

Sl No Description Unit

Laying one/ two runs of 185sqmm cables UG cables in existing trench/Hume pipe/ cable tray / on the wall etc as per detailed specification inannexure-1 (C).

Quantity

500

66

200Mtr

nos

300

34

TABLE-I: BILL OF MATERIALS

Supply of 3.5 CX185sqmm, Aluminium conductor XLPE insulatedarmoured cables for Power source from SCES#11 Power control centerto SCES#11 UPS input panel (kept in SCES#10) as per the detailedspecifications in annexure 1 (A).

Laying three runs of 240sqmm cables in ground with protection bricksand sand in ground at 750mm below from the ground level as perstandards. To be laid in three run type as per drawing no.MCF_ TSF_ES10&11 : 2 and enclosed and as per detailed specification in annexure-1(B).

32

Page 23: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

7 set 1 1

8 set 1 1

9 set 1 1

10 set 1 2 3

11 Installation of 400kVA , 415 V ,three phase AVR in electrical panelroom of the SCES#10 building. . Work also including supply andinstallation of MS support channels / Grouting bolts etc of sufficientnos, and minor Civil works required for cable entry etc. All the requiredman power, tools and tackles are to be brought by the tenderer.

1 1 2

Supply of Three phase, 415 V, 50 Hz rated Main power control center(PCC) for SCES#11 with all the incoming and outgoing switch gears ,protection and indication systems etc as per drawing-MCF_ TSF_ES 11:4/(3)&4/(4) enclosed and as per detailed specification in annexure-2 (A)and BOM:2(A1)

Supply of Three phase, 415 V, 50 Hz rated Main power control center(PCC) for SCES#11 UPS input with all the incoming and outgoingswitch gears , protection and indication systems etc as per drawing-MCF_ TSF_ES 11 :4/(5) enclosed and as per detailed specification inannexure-2 (A) and BOM 2 (A 2).

Installation and commissioning of the above PCC (at sl no.7 ,8 and 9) inelectrical panel room of the SCES#10 and 11 building. All the test asper the relevant IS are to be conducted. Work also including supply andinstallation of MS support channels of sufficient nos, and minor Civilworks required for cable entry etc. All the required man power , toolsand tackles are to be brought by the tenderer.

Supply of Three phase, 415 V, 50 Hz rated Main power control center(PCC) for SCES#10 with all the incoming and outgoing switch gears ,protection and indication systems etc as per drawing-MCF_TSF_ELF_ES 10 :4/(1) &4/(2) enclosed and as per detailed specificationin annexure-2 (A) and BOM 2 (A).

Page 24: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

12 nos 60 60 120

14 Mtr 1000 1000 2000

15 set 1 1 2

16 set 1 1 2

1000

Termination of all the outgoing cables (Copper/ aluminium, single corearmoured/ unarmoured cables (50 to 95 sqmm) from the PCC (powercontrol center at sl no.7, 8 & 9 above of different loads with doublecompression brass /PVC glands and long barrel copper lugs.Approximately 100 nos. of LT armored /unarmored aluminium /coppercables, with sizes from 50 sqmm to 95 sqmm are to be terminated .Detailed specification is as per Annexure 1(D)

Supply of three phase, 415 V , 50Hz rated UPS Output Power panel asper the detailed specifications enclosed in Annexure-4(A), BOM 2(A3)and as per drawing MCF_ TSF_ES 10&11 :5 (for both SCES#10 & 11

Installation and commissioning of the above UPS output power panel(At sl no.15) in SCES#10 and SCES11building, UPS room. All the testas per the relevant IS are to be conducted. Work also including supplyand installation of MS support channels / Grouting bolts etc ofsufficient nos, and minor Civil works required for cable entry etc. All therequired man power, tools and tackles are to be brought by thetenderer.

Laying of the above cables (single core , two runs per phase X 95sqmm)on the suitable wire mesh cable tray / in the existing trench/ Humepipe/ cable tray / on the wall with cable tray etc . Cable tray will beconsidered separately. All the cables are to fixed on teh cable trayproperly as per standards and as per Annexure 1(C)

13 Supply of single core x 95 Sqmm copper conductor PVC insulated andPVC sheathed, unarmoured cables from PCC to UPS input, Output, Bypass as per the detailed specifications in annexure 3 (A) (For UPS input, output, By pass, and external bypass)

1000 2000Mtr

Page 25: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

17 set 1 1

18 set 1 1

Mtr

Installation and commissioning of the above mentioned change overswitch panel (at sl no17) in UPS rooms of the SCES#10 and 11building. . All the test as per the relevant IS are to be conducted. Workalso including supply and installation of MS support channels /Grouting bolts etc of sufficient nos, and minor Civil works required forcable entry etc. All the required man power, tools and tackles are to bebrought by the tenderer.

20 Laying of the above cables (4Core X95sqmm)in existing trench/ Humepipe/ cable tray / on the wall etc as per detailed specification inannexure-1 (C).

300

21 Termination of the above (4Core 50 sqmm and 4 core X X95sqmm)cables by using double compressed heavy duty brass glands or PVCglands and heavy duty long barrel copper lugs as per detailedspecification in annexure-1 (D). Type gland will be decided bydepartment Engineer

30

19 Supply of 4C x 95 Sqmm copper conductor PVC insulated and PVCsheathed, Screened /sheilded cables from UPS Output panel to changeover switch panel and change over switch panel to Static Transferswitch (STS) and STS to STS output panel as per the detailedspecifications in annexure 6 (A)

300

Supply of Change over switch panel having four nos. of changeoverswitches of AC 200A , 4pole, 3phase, 415 V, 50 Hz rated as per thedetailed specifications enclosed in annexure-5(A),BOM 2(A4) anddraqwing no. MCF_ TSF_ES 10&11 :6 (Kept at SCES#10, UPS Room)

60

800

1100

Mtr

nos

800

500

30

Page 26: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

22 Supply of Three phase out put panel for STS (STS output panel) withone no. of three pole with neutral 200 A , 415V, 50Hz incommer SDFUhaving 160A HRC fuse and out going 200A,415V , 50 Hz rated SDFUwith HRC fuse as per the detailed speciofications mentioned inAnnexure-7 ( A) &BOM:2(A5) and as per drawing MCF_ TSF_ES 10&11:7 (for both SCES#10 & 11- Two at SCES#10 and two at SCES#11).

set 2 2 4

23 Installation and commissioning of the above mentioned STS out putpanel (sl no. 22) SCES10 or 11 building . All the test as per the relevantIS are to be conducted. Work also including supply and installation ofMS support channels of sufficient nos, and minor Civil works requiredfor cable entry etc. All the required man power , tools and tackles are tobe brought by the tenderer.

set 2 2 4

24 set 4 4 8

26 Supply of 4C x 50 Sqmm copper conductor PVC insulated and PVCsheathed, copper Screened/sheilded cables from STS output Panel toUPS distribution boards (UPS DB) as per the detailed specifications inannexure 6 (A)

Mtr 350 350 700

Supply of UPS Distribution panels, three phase 415 Volts input andsingle phase/three phase 230V/ 415 V AC , 50Hz outputs as per thedetailed specifications mentioned in annexure -8(A) and BOM with thesame annexure 8(A). darwing no MCF_ TSF_ES 10&11 :8 & 8/1 (forboth SCES#10 & 11- Four at SCES#10 and Four at SCES#11)

25 Installation and commissioning of above mentioned UPS Distributionboards (sl no.24) at SCES#10 and 11 buildings. All the test as per therelevant IS are to be conducted. Work also including supply andinstallation of MS support channels of sufficient nos, and minor Civilworks required for cable entry etc. All the required man power , toolsand tackles are to be brought by the tenderer.

84set 4

Page 27: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

27 Supply of 5C x 16 Sqmm copper conductor PVC insulated and PVCsheathed, copper Screened/sheilded cables from UPS distributionboards (UPS DB)/UPS output panel to servo (FMA) as per the detailedspecifications in annexure 6 (A)

400 400 800

28 600 1000 1600

29 Mtr 1200 1200 2400

30 Mtr 1200 1800 3000

31 Mtr 1000 1250 2250

32 Mtr 500 500 1000

33

Supply of 5C x10 Sqmm copper conductor PVC insulated and PVCsheathed, copper Screened/sheilded cables from UPS distributionboards (UPS DB) to HPA-I and HPAII (Two source) and other no breakloads in FMA and short break loads like Ac and lighting as per thedetailed specifications in annexure 6 (A)(totally two feeders from UPSDB and one from PCC)

Supply of 3C x 4 Sqmm copper conductor PVC insulated and PVCsheathed, copper Screened/sheilded cables from UPS distributionboards (UPS DB) to Hub mount TWTA’s as per the detailedspecifications in annexure6 (A)

Supply of 3C x 2.5 Sqmm copper conductor PVC insulated and PVCsheathed, copper Screened/sheilded cables from UPS distributionboards (UPS DB) to HPA/RF racks as per the detailed specifications inannexure 6 (A)

Supply of 3C x 1.5 Sqmm copper conductor PVC insulated and PVCsheathed, copper Screened/sheilded cables from UPS distributionboards (UPS DB) to Test benches as per the detailed specifications inannexure6 (A)Laying of the above cables (from sl no. 26 to 32) in existing trench/Hume pipe/ on cable tray / on the wall etc as per detailed specificationin annexure-1 (C).

Supply of 4C x 4 Sqmm copper conductor PVC insulated and PVCsheathed, copper Screened/sheilded cables from UPS distributionboards (UPS DB) to LMA/FCA as per the detailed specifications inannexure 6 (A)

5250 117506500Mtr

Page 28: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

34 Termination of the above (3C/4C/5CX 1.5 sqm to 16 sqmm copper ,unarmoured, sheilded cable as per sl no. 26 to 32 ) cables by usingdouble compressed heavy duty brass glands/PVC glands (as per siterequirements) and heavy duty long barrel copper lugs as per detailedspecification in annexure-1 (D). (Type of glad will be decided bydepartment Engineer)

Nos 150 150 300

35 set 4 4 8

36 set 4 4 8

37

37.1 150mm widthX 50 to 54mm height steel wire mesh cable tray Mtr 250 250 500

37.2 300mm widthX 50 to 54mm height steel wire mesh cable tray Mtr 250 250 500

38

GI Pipe Earthing with 2.5 Mtr depth:- (For equipmentearthing):-Providing standard pipe earth for earth stations with GI medium class (Class B) GI pipe with ISI marking, conforming to IS: 3043 with latest amendments and as per drg.no. MCF_ TSF_ES 10 &11 :10 and including excavation and refilling of earth and supply of all materials and providing chamber with necessary civil works using good quality bricks, sand etc. with a cover plate made of GI for the chamber with all necessary materials complete as required.

set 4 4 8

Supply of Soft start drive for 25 kVA , 415 V input step downtransformer to reduce the inrush current .(Data sheet of the device to beenclosed with al the technical details)

Supply and fixing of steel wire mesh cable tray with top cover on the wall as per the detailed specifications mentioned in annexure-9(A)

Installation and commissioning of above mentioned soft start drive for25 kVA transformetr. Supply of all the installation accessories,supporting cahnnels etc are in the scope of work

Page 29: REQUEST FOR PROPOSAL (RFP) FOR Supply, Installation, Testing and Commissioning … · 2020. 6. 15. · Supply, Installation, Testing and Commissioning of the proposed electrical system

39

Supply and laying of electrolytic copper/GIstrip of following sizes including supply and fixing usingMS/Aluminum spacers, saddles, welding with all fixingmaterials required and when laid inside the building andinclusive of excavation & refilling of earth when laidoutside the building and tinning of all the joints &terminations interconnections with earth pit andequipment, terminations/ interconnections in an approved manner as per IS 3043 (with latest amendments) inclusive of supply of all hardware’s complete as required.Note:1. Copper strips inside the cable trench are to be fixed on insulating supports. Also insulating sleeves to be provided for the copper strips.

39.1 32X6mm size GI strip for equipment earthing Mtr 300 300 60039.2 25X6mm size copper strip for UPS neutral earthing Mtr 200 200 40039.3 8SWG GI wire Mtr 200 200 40040

Supply, installation and commissioning of Three phase and nuetral distribution board with double door arrangement made of 2mm thick MC sheet including powder coating /enamel paint as per the standards mentioned in Annexure-2(A). Also the enclosure shall have folowing switgears. 1. One no of 40 A four pole MCB as incommer and Out goings -two nos of 32 A four pole MCB's , six nos of single pole 10A /16A MCB's. Also DB shall have seperate nuetral and earth bus bars. All the switchgears are to be wired up the screw less type TB's with proper size cables.Fixing brackets are to be provided for fixing on the wall. ( For FMA HPA and other single phase loads)

set 8 8 16