0% found this document useful (0 votes)
16 views19 pages

500kva DG Set Specification

The document outlines the technical specifications and requirements for a 500KVA diesel generator set with an acoustic enclosure, to be installed at MCF Hassan. Bidders must attend a pre-bid meeting and demonstrate prior experience in similar projects, while ensuring compliance with emission standards and compatibility with existing equipment. Key requirements include decommissioning of existing equipment, installation of new systems, and adherence to various technical and regulatory standards.

Uploaded by

govar dhan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
16 views19 pages

500kva DG Set Specification

The document outlines the technical specifications and requirements for a 500KVA diesel generator set with an acoustic enclosure, to be installed at MCF Hassan. Bidders must attend a pre-bid meeting and demonstrate prior experience in similar projects, while ensuring compliance with emission standards and compatibility with existing equipment. Key requirements include decommissioning of existing equipment, installation of new systems, and adherence to various technical and regulatory standards.

Uploaded by

govar dhan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 19

Annexure-1

TECHNICAL SPECIFICATIONS OF 500KVA DG SET WITH ACOUSTIC ENCLOSURE

 Note to bidders:

Interested Bidders are requested to compulsory visit the site and attend the pre-bid
meeting at MCF Hassan to understand the site conditions and tender requirements.
Technical requirements will be clarified in pre-bid meeting in case of doubts.

Manufacturer/ Authorized dealers only can participate in the tender. If Dealer is


participating, they should attached authorization letter from OEM and consent from OEM
regarding this work and their support for manufacturing and supply of DG set and future
spares & service support to be attached.

Bidder shall have previous experience in supply and installation of DG sets having the
value more than 45 laks for minimum one work/ More than 36 lakh for minimum two
works or more than 23 lakhs of minimum three works. Work experience certificate from
the customer to be submitted with technical bid.

Bidders, who hadn’t attended pre-bid meeting will be disqualified. Also Bidders to
intimate MCF regarding willingness to participate in the bid within 10 days from the date
of tender. MCF will intimate the date of pre bid meting and site visit to the interested
bidders only.

Pre bid meeting and site visit will be arranged by MCF within 15 days from the date of
tender and submission of bid will be 30 days from the date of tender and /or 15 days
from the date of pre bid meeting.

 Some of the Technical conditions to be accepted by the bidders

MCF is having 500kVA DG set, 415 V, 50Hz, Cummins make, KTA19 model Engine and
coupled with Stamford make alternator is available at the site where new DG set to be
installed. Hence, interested bidders should accept the following points before sending
willingness to participate in the tender.

1. Bidder shall be ready for decommissioning, transporting and storing the existing DG
set (Engine and alternator) at the place within 1 kMtr from the work site (all the works
like arranging man power, tools, crane if necessary etc are to be arranged by the bidder.
Existing Engine: 4 strokes make: Cummins, Model VTA28G-12 cylinders (V-Type).
Existing Alternator Make: Stamford, type: HC5-4E2.

2. Existing remote radiator connected to the primary cooling circuit of the Engine is
available. Dismantling of the remote radiator along with all the pipe lines, make up tank
etc., transporting and storing at the place within 1 Kmtr lead is in the scope of work.

3. Rates should be quoted separately for Dismantling and storing of old/ existing DG set
and remote radiators.

4. In addition, separate rates are to be quoted for buy back of the above items- existing
DG set and remote radiator.

5. Based upon the rates quoted for above Sl. No 3 & 4, MCF will decide which option to
be utilized.

6. MCF is having other two sets DG’s along with the DG set proposed to replace by new
one. All the three DG sets are having Cummins make DG controller- PCC-3300. Hence
newly supply DG controller should be compatible with the existing DG controllers (PCC
3300, Cummins make) and parallel operation with other two DG sets and proper load
sharing (KW, kVA, kVAR ) between the DG’s should be possible. In addition, all the
electrical and engine parameters are to be displayed over the controller-monitoring
screen.

7. Also new controller should have RS485 communication compatibility to interface with
the SCADA.

8. Required DG set should have acoustic enclosures as per the present IS standards and
specifications mentioned in the different annexures.

9. Required DG set should have engine as per CPCB IV+ norms for emission control.

10.Bidders to note that the existing exhaust chimney to be used with modifications and
supply & installation of new Hospital grade silencer. Modifications required in the
existing exhaust pipeline will be explained during site visit to the bidder.

11.Supply, installation and commissioning of Air duct for taking out the hot air blown
over the Engine mounted radiator is also in the scope of bidder. Air duct to be made by
using GI sheet of minimum 1mm thickness (Or higher thickness as per standards) with
supports made of GI angles and channels.

12.Output power cables from the new DG set to existing panel and termination and will
be arranged by MCF.

13.Any Civil works are required at site will be arranged by MCF, but proper dimensioned
drawings and coordination during the Civil works are to be provided by the successful
bidder.

14.Specifications/ Bill of materials mentioned in the different technical annexures are


only for reference and indicative. If any of the additional components, spares required to
complete the works as per the standards / OEM recommendations / site requirements
are to be considered and supplied without any additional cost.

15.Synchronization of supplied DG with existing old two nos. of DG sets of Cummins


make and DG controller 3300 model of Cummins make to be considered and
demonstrated at site during site commissioning tests.

16.Approvals / Standards and Compliance:


Offered DG set should be in accordance to with the GSR 804 (E) dated 03-11-2022 and
MoEFCC notification no Q-15017 / 05 / 2OL2-CP with latest amendments and complied
with the above standard. Latest COP certificate should be submitted to meet the GSR
804 E requirements, without which tender will not be accepted.

Annexure-2

GENERAL SPECIFICATIONS

Supply, Installation, Testing and Commissioning of DG set 500 kVA /400 KW, 415 V, 50
Hz Alternator coupled with Diesel Engine (Minimum 594 BHP or OEM design to deliver
500kVA /400 KW output from the Alternator). DG set is to be installed at Master control
Facility, Department of Space, Salagame Road, Hassan, Karnataka-573201. Latitude-13
Degree and Longitude 76 Degree with Mean Sea Level of 950 meters.

The Silent DG set having acoustic enclosure shall be simple in design, durable, reliable
and user friendly, DG shall be compact in size having lower emissions as per latest CPCB
IV+ norms for emission control, lower fuel consumption and low maintenance cost. Spare
parts shall be easily available. The Silent DG set of 500 KVA capacity shall be fitted with
suitable diesel engine. The engine and alternator of rating 500 KVA (3 phase, 50Hz, 0.8
PF) shall be coupled and aligned on a common base frame and complete with standard
accessories like control panel, fuel tank, AVM pads, Cable Marshalling box suitable for
3 Runs X 3.5C X240 /300 sq.mm. XLPE insulated, Aluminium conductor cables etc.
The DG set shall be suitable for operation in hot, humid, cold and under the following
climatic conditions:

Silent DG set to be operated at: 950m (Height above MSL without reduction in the
output requirement as specified above)

Min./Max. Temperature range: 2° to 45°

Min./Max. Relative humidity : 40 % & 90%


External surfaces of all components shall be painted & treated against corrosion. The DG
set shall meet the requirements of the relevant standards for the intended use.

1.0 ENGINE
The DG set with CPCB (Central Pollution Control Board) compliant sound proof Acoustic
Enclosure shall be provided with common rail, turbocharged with after cooling system, 4
stroke, Six cylinder inline (Or as per OEM standards) diesel engine conforming to relevant
BS/IS/IEC standards like IS13018, IEC60034-1etc. The engine shall be capable of
delivering an output of 10% in excess of its rated output at its rated speed for a period of
one hour in any period of 12 hours continuous operation without undue heating of the
engine or any other running mechanical part.
Emission level test reports along with permissible standards shall also be attached.

1.1 ENGINE MOUNTINGS & ACCESSORIES


The engine mountings shall include but not be limited to the following:
A. Cooling system:
• Heavy duty radiator with fan
• Cooling pump
• Coolant Inhibitor
B. In take air system
Intake air system shall contain Dry type filter, Air intake manifold with necessary
connections.
C. Exhaust system:
Planned to use the existing exhaust pipe line above the DG enclosure. However bidder to
consider the necessary modification works in the existing exhaust line, supply and laying
of new line from old line to engine’s exhaust out let, supply and fixing suitably designed
high efficiency silencer (Hospital grade) complete with thermal insulation and cladding,
flexible piping for carrying the exhaust gases out with minimum back pressure on engine.
The exhaust stack shall be supported with extra GI supports, clamps with rubber pads
etc as per site requirements.
Existing exhaust pipe line to be utilized from top of the exhaust pipeline to bottom where
it is entering into the building. Further from building entry point to silencer and to
exhaust outlet of the engine are to be carefully designed, fabricated, supplied and
attached. Work also including supply and providing necessary GI supporting structure
for the new pipeline and silencer. Any modification required in the old exhaust pipe lines
and its supporting structure are also in the scope of work. Details of work will be
explained during site visit and pre bid meeting.
D. Fuel system
The fuel system shall include a fuel tank (External tank) of adequate capacity. Fuel
system shall also contain high-pressure fuel injection pump, fuel filter, fuel-priming
pump complete with hose pipes and couplers, flexible fuel lines & water separator etc.
NOTE: Fuel tank shall be external tank with 990 liters capacity. Fuel tank
installation along with new Pipeline from fuel tank to DG are in the scope of work. Base
fuel tank is not required.

E. Lube oil system

The lubricating oil system shall include lube oil pump, lube oil filter, lubricating oil cooler
and Lube oil level indicator. Lubricating oil grade shall be 15 W 40.

F. Governing system

The engine speed shall be regulated through electronic governing system, which shall
also provide the over speed protection. The governor shall ensure that the speed of the
engine is regulated within ±1% of the nominal speed under normal operating conditions.

G. DG shall have inbuilt RECD (Retrofit emission control device) of suitable capacity as
per the CPCB IV+ engine requirements. In addition, emission test are to be done at site
and reports to be submitted.

1.2 ENGINE STARTING AND SHUTDOWN:


The engine shall be electrically started with 24 volt DC battery system In addition to
starting the engine, the batteries shall also be used for control supply for DG controller
operation, circuit breaker, annunciation, protection schemes of alternator & engine and
emergency lights etc. A separate battery charger shall be provided to charge the battery.
The engine shall be provided with cold starting system to start diesel engine in extremely
cold weather conditions.

2.0 ALTERNATOR
The alternator shall be capable of delivering output not less than 500 KVA suitably rated
at 0.8 power factor (lagging), 415 V (+/-5%), 3 phase, 50 Hz frequency, self-excited and
self-regulated with brushless construction. The winding insulation shall be of "H" class
or better. The generator shall be able to sustain overloading of 10% for one hour in any
12 hours of continuous running under standard reference condition. IP23 class of
protection shall be considered for alternator.

2.1 Excitation system


The alternator shall be provided with brushless type self excitation system capable of
meeting the full load & overload ratings of the alternator particularly under short circuit
conditions. The exciter shall have an automatic demagnetizing arrangement for the field
circuit and insertion of field circuit in the event of an internal fault. Such an arrangement
shall be capable of reducing the induced voltage to a safe limit.
2.2 Voltage Regulator
The alternator shall have necessary inherent regulation and for close regulation there
shall be an automatic voltage regulation having regulation ±1% at all loads between no
load to full load and power factor 0.8 lagging to unity. Voltage regulation shall be through
the suitable electronic governor/ control card in the DG controller.

3.0 AMFPANEL (AUTOMATIC MAINS FAILURE STARTING SYSTEM PANEL)


No separate AMF panel with breakers / switchgears are required. However the DG
controller should have provision for auto mains failure operation feature, necessary
technical documents related the AMF operation to be submitted with technical bid and it
should be tested during the acceptance test.

4.0. DG controller:

MCF is already having two DG sets of Cummins make with model KTA19 and these DG
sets are having Cummins make PCC3300 model controller. The DG controller supplied
with the new DG set shall be compatible with the existing Cummins DG controllers. New
controller shall have capability to have proper load sharing with other two DG sets (and
DG controllers) as per the standards and OEM recommendations.

New controller shall have all the protections required for the Alternator and Engine as
per the standards.

Minimum protections required for Alternator:


Generator protection

1. voltage/frequency (Over/under)
2. Mains volt./freq./phase shift
3. Generator overload, unbalanced load current protection
4. Short circuit Protection
5. Generator reverse Power
6. Phase sequence protection.
7. Earth fault protection
8. And any other protections as per relevant standards

Engine Protection/ monitoring through DG controller:


 Over speed.
 Battery Voltage.
 Start failure.
 Low/High lube oil pressure
 High coolant temperature temperature
 High oil temperature

Any other protection required are also to be considered as per standards. Also DG
controller shall have RS485 communication port for direct communication to
PLC/SCADA system. DG controller should have provision to communicate with the
existing other two DG controllers of Cummins make (PCC3300) and shall support for
parallel operation and proper KW, KVA and KVAR load sharing. Any additional cables,
components, converters, contactors etc required for interfacing with other two DG
controllers are to be supplied, installed and tested by the successful bidder.

Monitoring: DG controller shall have provision for monitoring following


parameters

1. Three Phase Current.

2. Three Phase Voltage

3. Three Phase KW.

4. Three Phase KVAR.

5. Three Phase KVA.

6. Power Factor.

7. Alternator kWH / Energy (Cumulative)

8. System Frequency.

9. Engine Speed.

10. Engine running hour (Cumulative).

11. Engine oil pressure

12. Engine coolant temperature

13. Engine Oil temperature

14. Fault alarming display and tripping against faults like field failure over load, short
circuit, reverse power, over speed, under /over frequency, low lube oil pressure, High
coolant temperature etc as per standards.
A common audible alarm shall be incorporated in the control panel to operate in the
event of fault/protection shut down. Alarm shall remain in operation until manual
reset after fault condition has been corrected. Each alarm shall be identified by its
own flag or indicating lamp
A red stop push button shall be provided on the generator terminal cubicle for emergency
stopping of the diesel generator set. All necessary provisions shall be provided for manual
adjustments of the speed and voltage of the diesel generator set through the DG
controller.
DG controller shall have a selector switch for Auto mode/Local manual mode selection.
Under manual mode provision should be available to OPEN and CLOSE the DG breaker
from the push bottom provided in the controller. When Auto mode selected, operation shall
be through remote switches / SCADA.

4.0 BASE FRAME


The base frame shall be of anti-skid mounting type fabricated from suitable MS channel
providing common bed for engine and alternator directly coupled together with adequate
lifting arrangement. The base frame shall consist of Anti-Vibration Mounts/pads.

5.0 COUPLING WITH COUPLING GUARD


The coupling shall be as per standard and suitable to transmit power with minimum
losses and capable of absorbing jerks. All moving parts of the engine and other associated
equipment shall be provided with guards to prevent accidental contact. The guard shall
be designed to facilitate easy removal and reinstallation.

9.0 DEHUMIDIFICATION ARRANGEMENT

The alternator and exciter shall be provided with suitable space heating
arrangement, so that the excessive humidity does not reduce the insulation level of
the equipment to an undesirable value. Such an arrangement shall entail space
heating of the alternator and the exciter to 15 degree above (or as per standards)
ambient temperature with arrangement to measure space temperature. The space
heater shall be suitable for single-phase 50 Hz AC supply from an independent
source (or through the DG power), which shall automatically switch off before
starting of unit. However, once the dehumidification unit is switched ON, it shall be
controlled automatically with a thermostat. The dehumidification unit shall be
designed to avoid hot spot.

10.0 ACOUSTIC ENCLOSURE

Acoustic enclosure shall be an integral part of the Silent DG set and specially
designed to meet stringent CPCB norms. The acoustic enclosure shall be of modular
construction with the provision to assemble and dismantle easily as per site
condition. There shall be no protruding part. To have long life of the enclosure, it
shall be PP based powder coated (inside as well as outside). All nuts and bolts shall
be Zinc coated or stainless steel. Sound proofing enclosure shall be suitably designed
to reduce the noise level less than 75 dBA at 1 mtr from the enclosure or lesser as
per CPCB / any of the Karnataka statutory board norms. with high quality
environmental friendly , noise absorbent and Fire retardant grade acoustic
insulation materials to be used. A provision for emergency shutdown from outside the
enclosure shall be made.

11.0 BATTERY & SEPARATE BATTERY CHARGER

A Battery charger complete with voltage regulator, Voltmeter and Ammeter for charging
the battery from external mains shall be made available. Battery shall be capable of
providing minimum five cranking’s. Also Battery shall be of maintenance free type (SMF).

12.0 EARTHING.

Earthing is not in the scope of work. Existing earthings are to be used for neutral-
earthing, and body-earthing. Bidder has to carry out the termination of earthing to the
existing earthing terminals. If any small quantity of earthing strip (Copper or GI as per
site conditions) are to be supplied and connected using welding/brazing.

13.0 HOT AIR DUCT FROM RADIATOR:

Hot air duct made out of GI coated sheet of minimum thickness of 1.0 mm and as per
IS 277 to be fabricated and connected from the air passage above the radiator chamber
to outside of the building. Work including supply and providing necessary GI coated
supporting structures. Size of the air duct is to be designed properly as per the standards
and OEM recommendations. Detailed drawings to be submitted for approval of MCF by
the successful bidder before fabrication.

14.0 PERFORMANCE CRITERIA


The Silent DG set along with all auxiliaries and accessories shall be capable of performing
intended operations under specified conditions. It is the responsibility of the supplier to
supply the equipment as per Guaranteed Technical Requirements.

15.0 Tests to be conducted:


Type Tests: All the type test reports as per IS 13364/ IEC60034 or any other relevant
IS/IEC/BS are to be submitted for verification.

Factory Acceptance Test and Routine tests: All the tests mentioned in IS 13364/
IEC60034 or any other relevant IS/BS/IEC are to be conducted in front of MCF engineer
during factory acceptance test.

Major Tests to be conducted for Alternator during Factory acceptance Test (FAT):
1. Measurement of resistance (For main winding, exciter winding and field),
2. Insulation resistance test (For main winding, exciter winding and field,
3. Phase sequence test (for 3-phase generators only),
4. Regulation and efficiency test,
5. Measurement of open circuit characteristic,
6. Measurement of short circuit characteristic, and
7. High voltage test

Above tests are compulsory and along with these tests if any other test as per the relevant
standards are required shall be conducted.

Tests for Engine: All the tests as per the relevant standards and as per OEM
recommendations are to be conducted. Type test reports are to be made available during
factory inspection for verification

16.0 EXISTING DIESEL PIPE LINE AND EXISTING DAY TANK:

Existing HSD external tank and its pipe lines are to be removed and handed over
to MCF. New external tank and pipe of 9900 ltr capacity and line are to be supplied
and installed.

17.0 STATUTORY REQUIRMENT

Compliance of all statutory requirement (if applicable) like obtaining license for installing
silent DG set and Main Fuel tank, other permissions a n d s t a t u t o r y a p p r o v a l s etc.
shall be obtained.

18.0 BIS TO BE FOLOWED:

Alternator: IS13364-part1, IS 4722, IS or IEC 60034, BS2613 are to be followed.


Engine: BS 5514, BS5000, IS10000, IS10002 and IS1600, IS13018
Or any other relevant IS/IEC/BS with latest amendments are to be followed
Standards considered are to be communicated with Technical bid

19.0 PAYMENT:

60 % against delivery for each components. Balance 40 % and installation and


commissioning charges will be paid after completing and handing over to MCF. In
addition, payment will be made as per actual utilization at site.

20.0 WARRANTY.

Two year from the date of completion and handing over of all the system.

21.0 SPARE PARTS


Itemized list of initial spares for 500-600 hours of smooth operation of Silent DG set are
to be provided along with the technical bid and shall be included in the price offer.
Minimum two sets of B-check kits are to be considered along with other spares

22.0 TOOLS, DOCUMENTS/MANUALS

Following tool and documents be supplied with Silent DG set: and list to be provided with
technical bid
• A complete set of tools required for normal repair & maintenance. Same to be
considered in price offer
• 3 sets each of technical literature in English like operation and maintenance manual
for Silent DG set, manual for engine and alternator with illustrated parts catalogue,
lubricant chart of complete equipment , Operation & maintenance manual and memory
mapping details for DG controller, Safety manual etc.

SPECIAL NOTE

• Vendor must fill / complete the "Guaranteed Technical Requirements"(GTR) and


"Guaranteed Technical Information"(GTI) in the Annexure-3 without disturbing the
sequence. Offer without duly completed GTR/GTI or incomplete GTR/GTI is liable to be
rejected.
• Bidder to consider all the components /items to be supplied as per the standards and
OEM recommendations. Specifications mentioned above is only for the reference. Any
additional items/ work required are to properly considered, mentioned in the technical bid
BOM. Also, rate to considered accordingly.
• All the factory tests and site acceptance test are in the scope of supplier. All the tests
are to be conducted as per relevant standards. MCF will witness the FAT.
Necessary Diesel for the site acceptance test and load test will be provided by MCF, but
lube oil to be arranged by the successful bidder. Site load test to be conducted for minimum
12 hours for 100 % load with one hour 110% load.
 Liaison with the statutory bodies: Liaison work with KSPCB, CPCB and CEA etc. to
be done by the supplier. Only the required fees will be paid by MCF.
ANNEXURE- 3

GUARANTEED TECHNICAL REQUIREMENT (GTR) OF 500 KVA SILENT DG SETS

SI.
No Offer of the
DESCRIPTION Technical Requirement of MCF
firm Yes/No
1 Engine
a Type 4-stroke, Common Rail Direct
Injection/High Pressure, six cylinders,
In line engine, Turbocharged Diesel
engine.
b Make Perkins / Cummins / Caterpiller /
Mitsubish / MTU / Volvo penta / Any
other CEPO approved brands (One
among the approved makes to be
submitted). Make/model which are not
having CEPO/ISRO approval, can
contact CEPO and take the approval
before the bid due date.
c Model To be mentioned

d Average fuel To be mentioned


consumption (ltrs./hr.)
at NTP at full load
e Engine Net Output Power Minimum 594 BHP or as per OEM
design to deliver the electrical output of
500kVA/400 KW @1500 rpm rated
speed
f Governor Electronic type only
g Conformation to CPCBIV+ (To indicate permissible
Emission Standard of Emission Standards/CPCB Norms &
CPCB actual test reports, documents to be
attached)
2 Alternator
a Make Crompton Greaves/LeroySomer/
Stamford Make( One among the
approved makes to be submitted)
b Model To be mentioned

c Efficiencies of Generator To be mentioned


(i) Efficiency at 100% MCR Shall be as per relevant IS/IEC any
(Maximum continuous other standards and same to be
rating) and 0.8 PF lag
mentioned along with the standards.
Value To be mentioned

(ii) Efficiency at 75 % MCR Shall be as per relevant IS/IEC any


(Maximum continuous other standards and same to be
rating) and 08 PF lag mentioned along with the standards.
Value To be mentioned

d Nominal voltage 415 V (+/-5%)


e Rated output Minimum 500 KVA
f Full load output in KW Minimum 400 KW at 0.8 pf (lagging)
g Waveform distortion NO load <1.5%, Non distorting balanced
/Total Harmonic linear load : < 5% OR as per relevant
distortion standards
h Telephonic Harmonic < 2 % or as per relevant standards
factor
i Maximum allowable Less than or equal to 25 % or as per
unbalanced load acrossrelevant standards.
phases
j Phase 3 and neutral
k Frequency 50 HZ

l Voltage +/-1%orbetter against all types of loads


Regulation and prime mover drop upto 4%
(maximum) (Maximum) of nominal speed (OR as per
standards)
m Class of Insulation Minimum H class or better
n Dehumidification Automatically controlled with a
Arrangement for field thermostat or as per OEM standards
and main windings
using space heaters
o Overload withstand Minimum 10% for one hour in any 12
Capacity hours of continuous operation without
exceeding temperature rise limits.
p Capability of supplying As per standards
Nonlinear loads
3 Electrical starting
system
a Make of Battery Reputed indigenous make like
Exide /AMCO / Standard
Furukawa/ Amron etc.
(One among the approved
makes to be submitted)
b Electric battery starting Minimum 24 VDC
voltage
4 Acoustic Enclosure
a Type As per standard norms
b Noise Level < 75 dBA @ 1 Meter distance
5 SMF battery and Required
Separate Battery
Charger for charging
6 DG Controller
a Make To be mentioned
b Type/ model To be mentioned
C Over all dimensions To be mentioned
(LXBXH)
d Panel size and thickness To be mentioned
of MS sheet used for
enclosure
e Protections availability To be mentioned
as per annexre-2
f Metering provisions To be mentioned
available as per
Annexure-2
g Display and monitoring To be mentioned
parameters available as
per annexure-2
h Availability of Auto To be mentioned
/manual selection in DG
controller as per
annexure-2
i Availability of emergency To be mentioned
trip switch in DG
controller as per
annexure-2
j Availability of breaker To be mentioned
close/Open push button
switch on the DG
controller as per
annexure-2
k Compatibility with other To be shown at site
two PCC3300 controllers
of Cummins make as per
annexure-2
l Synchronization with To be compatible and To be shown at site
other DG sets having
PCC3300 Cummins
controller as per
annexure-2
7 Acoustic Enclosure
a Make and model if any TO be mentioned

b Size in mm(L x W x H) TO be mentioned

C Thickness of sheet metalTO be mentioned


(door, member & base)
in mm
d Thickness of insulation TO be mentioned
e Noise level at 1Mtr < 75 DBA
distance from the
enclosure
f Lighting and power To be provided
socket points inside the
enclosure
8 Weights
a Weight of complete Silent TO be mentioned
DG set including base
frame and acoustic
enclosure
9 Factory acceptance tests

a Tests to be conducted All tests as per the standards IS/IEC are


to be conducted at site. All necessary
items like lube oil , HSD and instruments
are to be arranged by successful bidder
b Test plan for factory test Test plan to be submitted and prior
and site acceptance tests approval from MCF to be obtained
10 Installation,
commissioning and
Site acceptance
a Installation and All the installation and commissioning
commissioning works and tests at site are in the scope of
work
b Site acceptance tests All the site acceptance tests are to be
conducted as per standards, MCF
requirements and OEM
recommendations
c Load for site load test Existing load will be arranged at site for
site load testing 12 hours with one hour
110 % over loading
11 Standards to be followed Alternator: IS13364-part1, IS 4722, IS or
for manufacturing and IEC 60034, BS2613 are to be followed.
testing Engine: BS 5514, BS5000, IS10000,
IS10002 and IS1600, IS13018
Or any other relevant IS/IEC/BS with
latest amendments are to be followed
Standards considered are to be
communicated with Technical bid
12 Type test, Routine test
and Factory acceptance
test
a Type Tests to be All the type test reports as per IS 13364
conducted or any other relevant IS/IEC/BS are to be
submitted for verification.
b Factory acceptance All the tests mentioned in IS 13364 are to
tests/routine tests be conducted in front of MCF engineer.
c Major tests to be 1. Measurement of resistance (For main
conducted at factory winding, exciter winding and field),
during inspection 2. Insulation resistance test (For main
winding, exciter winding and field),
3. Phase sequence test (for 3-phase
generators only),
4. Regulation and efficiency test,
5. Measurement of open circuit
characteristic,
4. Measurement of short circuit
characteristic, and
5. High voltage test
Any other test as per the relevant
standards are required shall be
conducted.
d Tests for Engine: All the tests as per the relevant standards
and as per OEM recommendations are to
be conducted. Type test reports are to be
made available during factory inspection
for verification
e Site installation and All the site installation and commission
commissioning tests tests are to be conducted as per relevant
standards and as per OEM
recommendations
f Test plan Test plans for factory acceptance test and
site commissioning tests are to be
submitted for both Alternator and Engine
with relevant standard codes for MCF
approval before calling for factory test.
g Prior intimation for the To intimated at least 15 days before the
factory acceptance test test
h Type test reports All type test reports as per relevant
standards are to be submitted along with
technical bid
i HSD/ Lube oil / Load for All tests as per the standards IS/IEC are
testing at factory to be conducted at factory. Necessary
items like lube oil , HSD, Load and
instruments are to be arranged by
successful bidder
j HSD/ Lube oil / Load for All tests as per the standards IS/IEC are
testing at site to be conducted at site. HSD and load will
be arranged by MCF. Other items like
instruments, Lube oil, tools at are to be
arranged by supplier
13 Synchronization of To be compatible with existing old DG’s
supplied DG with existing and DG controller. Same to be
old DG ‘s of Cummins demonstrated at site with load sharing as
make and DG controller per the standards.
3300 model of Cummins
make
14 Acceptance for attending Pre bid meeting is compulsory. Bids from
the pre-bid meeting for the bidders who will attend the pre-bid
understanding the site meeting only will be considered for
conditions properly further evaluation of bid.
15 Pre-design review (PDR) Successful bidder to attend the PDR
meting within 15 days from the PO placement
date. All the design works are to be
presented to MCF team and approval to
be obtained for further works.
16 Acceptance to all the To be accepted
specifications of
Annexure-1 and 2
17 Manuals , catalogs, All the manuals of the offered items,
drawings and BOM etc catalogs and BOM are to be submitted
with the Technical bid
18 Buyback offer for the To be submitted
existing old DG set and
remote radiator to be
submitted along with
documents from vendor
19 If buyback offer is not To be agreed by the bidder
used or MCF don’t want
to sale the old DG and
remote radiator, then sl
no 2 of the price bid will
be utilized for
decommissioning of old
and remote radiator.
20 Work completion period 06 months from the date of PO placement

21 Payment 60 % against delivery for all the


components. Balance 40 % and
installation and commissioning charges
will be paid after completing and handing
over to MCF
22 Warranty Two year from the date of completion and
handing for all the system
23 Dealership certificate If dealer is participating in the tender,
from the OEM authorized dealership certificate from the
OEM to be attached with the technical bid
24 Previous work experience Bidder shall have previous experience in
certificate supply and installation of DG sets having
the value more than 45 lakhs for
minimum one work/ More than 36 lakhs
for minimum two works or more than 23
lakhs of minimum three works. Work
experience certificate from the customer
to be submitted with technical bid
25 Class1 /2 supplier with Planned to procure from class 1 / 2
percentage of local supplier only. Declaration regarding class
content 1 / 2 supplier to be attached with
technical bid. Also percentage of local
content to be mentioned. Necessary
supporting documents from the OEM
regarding percentage of local content to
be attached
26 Approvals and Offered DG set should be in accordance
compliances
to with the GSR 804 (E) dated 03-11-
2022 and MoEFCC notification no Q-
15017 / 05 / 2OL2-CP with latest
amendments and complied with the above
standard. Latest COP certificate should
be submitted to meet the GSR 804 E
requirements, without which tender will
not be accepted.

27 Liaison with the statutory Liaison work with KSPCB, CPCB and CEA
bodies :
etc. to be done by the supplier. Only the
required fees will be paid by MCF.
Annexure-4: Spares

SI. Description Part No.(to be Qty required.


No filled by
Tenderer)
A. ENGINE
1 B-Check kit: Two sets to be 2Set
supplied and prices are to be
considered
2 List of other spares for Engine Only list to be submitted
to be submitted with technical
bid (Need not to be supplied).
3 List of spares for Alternator to Only list to be submitted
be submitted with technical
bid (Need not to be supplied)

You might also like