SBI INFRA MANAGEMENT SOLUTIONS PVT LTD (WHOLLY OWNED SUBSIDIARY OF SBI) Bank Street, Koti, Hyderabad

Similar documents
TENDER DOCUMENT TENDER ID : BAN

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

LOCAL HEAD OFFICE BUILDING KOTI, HYDERABAD Ph No: NIT No: 04/ DATED: 20/04/2017

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING)

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.(SBIIMS), (WHOLLY OWNED SUBSIDIARY OF SBI) GUWAHATI CIRCLE OFFICE

1. Name of Work : Hiring Of 15 KVA Genset for State Bank Of India, COD Branch under administrative control of our Administrative Office Kanpur.

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

SBI. PREMISES & ESTATE DEPT., LOCAL HEAD OFFICE, 3 rd FLOOR KOTI, BANK STREET, HYDERABAD

1 Name of Work Terrace waterproofing works in building no. B-1 to B- 4 in State Bank of India s Staff Residential Colony, Nerul, Navi Mumbai

TENDER ID :LUC DATE: SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (WHOLLY OWNED SUBSIDIARY OF SBI) NOTICE INVITING TENDER

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

State Bank Of India Administrative Office, Varanasi NOTICE

TENDER DOCUMENT. AIR-CONDITIONING WORKS AT AT KATKOL BRANCH

BHARAT HEAVY ELECTRICALS LIMITED

TENDER ID : PAT

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

ASSAM POWER GENERATION CORPORATION LIMITED

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

Tender. For UPS. All India Institute of Medical Sciences, Jodhpur

TENDER ID : PAT

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

Tender for the purchase of Biometric Equipments in CSE Department

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMRIDDHI BHAWAN, 1, STRAND ROAD, KOLKATA

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

Tender. For. ECG Machine

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A Wholly Owned Subsidiary of SBI) HEAD OFFICE

State Bank of India PREMISES & ESTATE DEPT., LOCAL HEAD OFFICE, CHENNAI

for SUPPLY OF HP TONER CARTRIDGE

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

BANK OF INDIA, AHMEDABAD ZONE

र य फ शन ट न ल ज स थ न, क लक त क

E-Tender BID FORM for Procurement of Appliances for Guest House/Hostel for IITRAM

Tender. for. Supply & Installation of Lab Equipments. Indian Institute of Technology Jodhpur

NOTICE INVITING TENDER. (NIT) SUPPLY, INSTALLATION & COMMISSIONING FULLY AUTOMATIC ORGANIC WASTE COMPOSTER HAVING CAPACITY OF

NOTICE INVITING TENDER (NIT)

West Bengal Tourism Development Corporation Limited

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

TECHNICAL OFFER (ENVELOPE I)

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

Tender Specification No.: 04 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR.

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

NOTICE INVITING TENDER. Subject: Supply & Installation of Induction Heating and Brazing Furnace.

TENDER NOTICE Ref.No : VSP/MKTG/BP/13-14/03 DT Sub: Notice inviting open tender for sale of Coke Dust (Bunker) - reg

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

Ref.: TIFR/PD/CA17-204/ November 10, NIT cum Tender Document (ONE PART LIMITED TENDER) for the following item:

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR

POSTED UNDER POSTAL CERTIFICATE BUREAU OF INDIAN STANDARDS BIS BANGALORE LABORATORY Peenya Industrial Area 1 st Stage, Tumkur Road Bangalore

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Ref.: TIFR/PD/CA17-331/ March 13, NIT cum Tender Document (ONE PART LIMITED TENDER) for the following item:

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

(ISO 9001:2008 CERTIFIED)

Tender Schedule for the Work

OFFICE OF THE CHIEF GENERAL MANAGER D I P K A A R E A P.O. Dipka, Distt. Korba (CG)

NOTICE INVITING TENDER ( N.I.T)

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) Jangpura, New Delhi

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.(SBIIMS), (A WHOLLY OWNED SUBSIDIARY OF STATE BANK OF INDIA) CIRCLE OFFICE, GUWAHATI

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

(A State Govt. University) Ph. No.-(0522) , 43, 45 Website: Tender Notice

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

TENDER NOTICE FOR E-REVERSE AUCTION

INDIAN INSTITUTE OF MANAGEMENT SIRMAUR Rampur Ghat Road, Paonta Sahib, District Sirmaur, Himachal Pradesh

NIT NO : SBIIMS/GHY/18-19/43 DATE :

Tender inviting two bid quotations for supply of Note counting Machines & AMC. Supply of Note counting Machines. As per enclosed attachment

Financial Bid:- Financial bid should be quoted as per BOQ.

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

Indian Overseas Bank Printing and Stationery Department Central Office Phone No ,

DR.S. & S.S.GHANDHY COLLEGE OF ENGG. & TECH., MAJURA GATE, SURAT

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

THROUGH E-TENDERING PROCESS.

Software Technology Parks of India Noida

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

TENDER DOCUMENT FOR SUPPLY INSTALLATION AND COMMISSIONING OF WIND- SOLAR HYBRID SYSTEMS IN THE STATE OF ODISHA

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE:

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

SBI INFRA MANAGEMENT SOLUTIONS PVT LTD (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF STATE BANK OF INDIA,

THROUGH TENDERING PROCESS

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

MADRAS FERTILIZERS LIMITED (A Govt. of India Undertaking) Manali, Chennai Ph.No:

JAMIA HAMDARD. Tender invited by Jamia Hamdard Telephone: Tender No. JH/AE (E)/08/2017

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Transcription:

SBI INFRA MANAGEMENT SOLUTIONS PVT LTD (WHOLLY OWNED SUBSIDIARY OF SBI) 3 rd Floor, SBI LHO Building, Bank Street, Koti, Hyderabad 500 095 TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING & COMMISSION OF A SOFT STARTER AND CONTROL PANEL BOARD FOR 100HP FIRE PUMP AT SBI LOCAL HEAD OFFICE CAMPUS, HYDERABAD. Contractors who are on the panel of SBI, Hyderabad Circle, (LHO) in the appropriate category are only eligible. (Contractors should submit proof of the same) The Senior Vice president, SBI Infra Management Solutions Pvt. Ltd. 3 rd Floor, SBI LHO Building, Bank Street, Koti, Hyderabad 500 095

NOTICE INVITING TENDER (NIT) The SBIIMS invites sealed tenders on behalf of State Bank of India for Design, Manufacture, Supply, Installation, Testing & Commission of soft starter and panel board for 100HP fire pump for Local Head Office Campus, Bank Street, Koti, Hyderabad and the Details of tender are as under: 1 Name of the work Design, Manufacture, Supply, Installation, Testing & Commission of a soft starter and control panel board for 100HP fire pump for Local Head Office Campus, Bank Street, Koti, Hyderabad. 2 Estimated cost Rs. 2.25 (Including GST). 3 Cost of Tender Documents Rs.500/- DD drawn in favor of SBIIMS Pvt. Ltd, Hyderabad, Hyderabad. 4 Quantum of Earnest Money Deposit (EMD) 5 Date and Time for issue of tender forms 6 Last date and time of submission of Tender 7 Place, date & time for submission of tender Contact person /telephone no/email address. 8 Date, Time and Place of opening of Tenders Rs.2,500/- DD Drawn In Favor SBIIMS Pvt. Ltd, Hyderabad Payable at Hyderabad. From 14.07.2018 to 25-07-2018, 3:00PM 25-07-2018 Up to 3:00PM SBI Infra Management Solutions Pvt. Ltd. 3 rd Floor, SBI LHO Building, Bank Street, Koti, Hyderabad 500 095 On or before 25.07.2018 by 3.00 P.M. Contact: Sr. Vice President / Vice President. 040-23466346. vg.reddy@sbi.co.in On 25-07-2018 at 3:30PM The Sr Vice president, SBI Infra Management Solutions Pvt. Ltd. 3 rd Floor, SBI LHO Building, Bank Street, Koti, Hyderabad 500 095. 9 Security Deposit Maximum of 5% of the contract value including EMD and ISD.

10 Mode of Payment i): 95% of the contract value after the completion of work in all respects (i.e, supply, installation, testing & successful commissioning, after inspection by the Engineer/ User deptt.) (ii): 5% of the contract value (including EMD and ISD) will be retained with us for one year period and will be released after completion of defective liability period. 11 Defects liability period 12 months 12 Validity period of the tender. Three (3) Months 13 Liquidated damages 0.5% per week subject to max 5% of contract value. 14 Eligible Taxes A ) Income Tax will be deducted at source as per Govt. Guidelines. B) Reimbursement of GST will be made only on submission of proper GST invoice as per applicable GST provision. The contractor should comply with the following; 1. Contractor should have GST Registration Number 2. Invoice should specifically/separately disclose the amount of GST levied at applicable rate as per GST provision 3. In case of Correction in the bills after scrutiny, contractor should submit fresh bills for payment 4. Contractor should timely file his GST return in accordance with GST provisions to enable the bank to claim the credit of GST paid to the contractor. 15 Electronic Payment Payment shall be made by way of Electronic fund transfer and the bill will be paid by LHO. Firm should furnish details of the bank, a/c no, IFSC code. In case the date of opening of tenders is declared as a holiday, the tenders will be opened on the next working day at the same time. SBIIMS has the right to accept/reject any/all tenders without assigning any reasons. SR. VICE PRESIDENT, SBIIMS PVT. LTD

The sealed Master envelope containing Envelope-1 & 2 should be addressed to the Sr Vice President, SBIIMS, 3 rd Floor, Hyderabad Circle, Bank Street, Koti, Hyderabad-500095 and super scribed on the outer cover Design, Manufacture, Supply, Installation, Testing & Commission of soft starter and control panel board for 100HP fire pump for Local Head Office Campus, Bank Street, Koti, Hyderabad The inside envelopes should be sealed and super scribed as Technical Bid and Price Bid with bold letters for easy identification. Envolope-1: To contain: (i) Tender Document, (ii) Empanelment letter (iii) Demand Draft/Banker s cheque as EMD. Envolope-2: Price bid to contain only BOQ. Note:1) Any Deviations or changes in specifications, conditions and clauses etc., shall not be acceptable and such Tenders will be rejected. 2) Tenders without EMD shall summarily be rejected. SR. VICE PRESIDENT, SBIIMS PVT. LTD

Terms and conditions: 1. The tenderers must obtain for himself, on his own responsibility and at his own expenses, all the information which may be necessary for purpose of filling this tender and for entering into contract for execution of the same and must examine the exiting motor and inspect the site of work and acquaint himself with all local conditions and matters pertaining thereto. 2. Each page of the tender documents is required to be signed by the authorized signatory with seal. 3. Each and every one of all deletion and additional/alterations made, while filling the tender, must be attested by initials of the tenderer. All the rates shall be quoted both in figures and words. In-case of any discrepancy in rates quoted in words/figures and the amounts, the quoted in words shall be taken as final and binding. 4. Tenders shall not be received after the last date / time prescribed in NIT / Tender document. SBIIMS will not be responsible for postal delay. 5. All risks of loss of or damage to physical and of personal injury and death, which arise during and in consequence of the performance of the contract, are the responsibility of the contractor. 6. The contractor shall provide CAR Policy in the joint names of the SBIIMS and the contractor, insurance cover from the start date to the end of the defects liability period i.e 12 months after completion for the following events which are due to the contractor s risks. a) Loss of or damage to the works, plant and materials. b) Loss of or damage to the Equipment. c) Loss of or damage of property in connection with the contract. d) Personal injury or death of persons employed for the work and Policies and certificates of insurance shall be delivered by the contractor to the Bank at the time of concluding Agreement. All such insurance shall provide for compensation to be payable to rectify the loss or damage incurred. e) The contractor shall furnish insurance policy in force in accordance with proposal furnished in the tender and approved by the Department for concluding the agreement. f) In case of failure to act in the above said manner the department will pay the premium and the same will be recovered from the contractors payments. Alterations to the terms of insurance shall not be made without the approval of the Engineers-in-charge. 7. The contractor shall inspect the site and design the panel board as per the site condition and quoted the rates including cost and conveyance of all materials and machinery and all other charges etc,. 8. The contractor shall take necessary precaution for safety of the workers and preserving their health while working in such jobs, which require special protection and precautions.

9. Compliance with Labour Regulations: i. During continuance of the contract, the contractor and his sub contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government of local authority and any other labour law (including rules), regulations, bye laws that may be passed notifications that may be issued under any labour law in future either by the State or the Central Government or the local authority and also applicable labour regulations, health and sanitary arrangements for workmen, insurance and other benefits. 10. The contractor shall provide and maintain adequate firefighting equipment and take adequate fire precaution measures for the safety of all personnel and temporary and permanent works and shall take action to prevent damage to destruction by fire. 11. During continuance of all the contract, the contractor and his sub contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed notifications that may be issued under any labour law in further either by the State or Central Government or the local authority and also applicable labour regulations, health and sanitary arrangements for workmen, insurance and other benefits. 12. Necessary earthing is to be provided by the firm in confirmation to the relevant ISI specifications. 13. The manufacturers shall conduct all tests required to ensure the equipment furnished confirm to the requirement of applicable standard and codes. 14. The successful bidder shall undertake to supply spares free of cost for the maintenance of the offered items during the warranty period. 15. If the operation or use of the system proves to be unsatisfactory during the warranty period, the installer shall replace the faulty ones or carry out necessary repairs as per the warranty terms and conditions. Each and every one of all erasures and additions/alterations made, while filling the tender, must be attested by initials of the tenderer. Over-writing of figures must be attested by initials of the tenderer. 1) TOTAL SECURITY DEPOSIT shall comprise of: a. Earnest Money deposit b. Initial Security deposit (a) Earnest Money Deposit amount shall liable to be forfeited as liquidated damages, in the event of any evasive/direct refusal or delay in starting the work and or signing the contract. The EMD of the unsuccessful tenderers will be returned, without interest, immediately after a decision is taken regarding the award of the contract. The EMD of the successful tenderer will be adjusted towards Security Deposit.

(b) The successful tenderer will have to pay further sum equivalent to 2% of his contract value, less EMD already paid, as Initial Security Deposit (ISD) by means of a D.D./Banker s cheque in favor of SBIIMS Hyderabad, within 3 days from the date of issue of work order to commence work. The EMD and Security deposit shall be held by the SBIIMS as Security deposit, for due execution and fulfillment of the contract, till the completion of the work and defect liability period in all respects and shall not bear any interest. 16. Within 5 days of the receipt of intimation from the Bank of the acceptance of his/their tender, the successful tenderer shall be bound to sign an agreement, on a stamp paper. 17. If the contractor fails to complete the work within stipulated time period, the contractor will have to pay liquidated damages at the rate of 0.5% of contract amount for each week of delay subject to maximum of 5% of the contract value. 18. Rights of the SBIIMS Authorities : (i). The SBIIMS Authorities reserves the right to reject any or all of the tenders without assigning any reasons, whatsoever. (ii). In the event of any dispute regarding any of the tender conditions, the decision of the SBIIIMS authorities shall be final. 19. The contractor shall inspect the site and quote the rates including cost and conveyance of all materials and machinery and all other charges etc. 20. Taxes, Duties & Levies : The Contractor / Agency shall be fully responsible and liable for the payment whoever payable towards taxes, import duties, Octroi duty etc., on all materials and accessories that you may provide for this work and shall ensure such payments in time. Employer (SBI) shall not be responsible for payment of any such Taxes & duties etc., under any circumstances whatsoever. 21. Compliance with Labour Regulations: During continuance of the contract, the contractor and his sub contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed notifications that may be issued under any labour law in future either by the State or the Central Government or the local authority and also applicable labour regulations, health and sanitary arrangements for workmen, insurance and other benefits. Salient features of some of the major labour laws that are applicable to construction industry are given below. The contractor shall keep the Employer (SBIIMS) indemnified in case any action is taken against Employer (SBIIMS) by the competent authority on account of contravention of any of the provisions of any Act or rules made there under regulations or notifications including amendments. If the Employer (SBIIMS) is caused to pay or reimburse, such amounts as may

be necessary to cause or observe, or for non-observance of the provision stipulated in the notification / bye laws/acts/rules/regulations including amendments, if any, on the part of the contractor, the Employer (SBIIMS) shall have the right to deduct any money due to the contractor including his amount of performance security. The Employer (SBIIMS) shall also have right to recover from the contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer (SBIIMS). i) The contractor shall be responsible for the security of the works for the duration of the contract and shall provide and maintain continuously adequate security personnel to fulfill these obligations. The requirements of security measures shall include, but not limited to maintenance of order on the site, provision of all lighting, fencing, guard flagmen and all other measures necessary for the protection of the works within the colonies, camps and elsewhere on the site, all materials delivered to the site, all persons employed in connection with the works continuously throughout working and non-working period including nights, Sundays and holidays for duration of the contract. ii) Other contractors working on the site concurrently with the contractor will provide security for their own plant and materials. However, their security provisions shall in no way relieve the contractor of his responsibilities in this respect. 22. EARTHING & OTHER ELECTRICAL WORKS: Necessary earthing is to be provided by the firm in confirmation to the relevant I.S.I. specifications. 23. Tests: The manufacturers shall conduct all tests required to ensure the equipment furnished confirm to the requirement of applicable standard and codes.

Technical Specifications for Soft Starter. A. Electrical ratings a) 200 525 +/- 10% 200-690 +5%/- 10% Volts AC mains b) 50-60 Hz +/- 10% c) 100-240/380-500 +/- 10% Volts controls voltage B. The Controller shall provide as standard, the following starting modes: a) Linear Torque control for Start b) Quadratic Torque control for Start c) Pump Control d) Current Limit Start e) Voltage ramp Start f) Voltage ramp with current limit Start g) Full Voltage DOL Start h) Remote analogue control i) Soft Start with Selectable Torque Boost j) Slow Speed time controlled k) Slow Speed external controlled l) Dual Ramp Start m) Bypass control C. The Controller shall provide as standard, the following stopping modes: a) Linear Torque control for Stop b) Quadratic Torque control for Stop c) Pump Control d) Voltage ramp Stop e) DOL/Coast to stop f) Remote analogue control Stop g) Dynamic DC-Brake and Soft brake (reverse brake) h) Slow Speed time controlled i) Slow Speed external controlled j) DC-Brake at slow speed k) Dual Ramp Stop l) Accurate positional stop control m) Bypass control D. The Controller shall provide as standard, the following Additional features a) Jogging forward and reverse b) 4 parameter sets c) Analog output d) Built in Display

F. The Controller shall provide as standard, the following Protection features: a) Motor Thermal Overload b) Soft Start thermal overload c) PTC input d) Motor Shaft Torque (Max) machine process protection. e) Motor Shaft Torque (Min) machine process protection. f) Phase imbalance g) Phase reversal h) Over voltage i) Under voltage j) Locked Rotor k) Excessive Starts per hour for application l) Phase loss input / output m) Motor output loss G. The Controller shall provide as standard, the following Viewing functions: a) Three Phase Current b) Three Phase Voltage c) Current in L1, L2, L3 d) Voltage between L1-L2, L1-L3, L2-L3 e) Shaft Power in kw / HP (selectable) f) Motor thermal capacity g) Motor Energy consumption (kwh) h) Power factor i) Run time in hours j) Torque in Lbs./ft or Nm (selectable) H. The Controller shall provide as standard, the following Fault Indication functions: a) Line failure b) Phase imbalance c) Over temperature ± motor d) Over temperature ± Soft Starter e) Shorted Thyristor f) Open Thyristior g) Locked Rotor h) Motor output loss i) Overload - Shaft Torque j) Underload ± Shaft Torque k) Phase imbalance l) Over voltage m) Under voltage n) Excessive Starts

o) Phase reversal p) Event List of 15 latest fault indications/occurrence 1.02 CONSTRUCTION: a) The Controller shall be of modular construction, consisting of a Power Control Board (PCB) and Power Structure. b) The PCB shall be compatible the full range of power structures. c) In the sizes from 17-200 Amps all phases should be controlled during start/stop. d) The power structure shall consist of six SCR s mounted on a heatsink for ratings up to and including 200 Amps. e) The Controller shall be DIN Rail mountable up to 250 A. f) DIN Rail mountable units should be mountable without space at side. 1.03 CODES AND STANDARDS: The controller shall be designed to meet the applicable requirements a) EN 60204-1, EN 50081-1 (-2 from 170 A) EN 50082-2 b) IEC 947-4-2 c) UL 508 d) cul 1.04 CONTROL MODULE DESIGN FEATURES: A. MECHANICAL: a) The PCB module shall consist of a power supply, logic control circuitry, silicon controlled rectifier (SCR) firing circuitry. I/O circuitry, a digital programming keypad, dual LED Displays and a serial communication port. b) The PCB shall be designed for integral mounting on the power structure and shall be compatible with the full range of current ratings-17 Amps to 1400 Amps. c) The PCB shall be easily removed from the power structure, without the need to disassemble associated printed circuit board assembles. d) Control terminals shall be easily accessible and located on the front bottom of the device. The terminals shall be UL rated for 300 Volts, 15 Amps maximum and accept a maximum of two wires, 0,2-4mm2 (#30-#12 AWG). e) Digital parameter adjustment shall be provided through a built-in keypad. Analog potentiometer adjustments are not acceptable. f) Dual built-in alphanumeric, LED displays shall be provided for controller setup, diagnostics, status and monitoring. The Control Keypad and Display shall have the option for remote mounting.

g) For safety reasons the controller should have 2 green lights for running and start/stop. B. ELECTRICAL: a) The PCB shall provide digital microprocessor control and supervision of all controller operation, including SCR pulse firing control. b) The PCB power supply shall be self-tuning to accept control power input from 100 to 240 or 380 to 500 VAC, 50/60 Hz. c) The SCR firing circuitry shall incorporate an RC snubber network to prevent false SCR firing. d) The logic circuitry shall incorporate a latch circuit for three-wire control. e) Reverse operation of the motor shall be standard in the jog mode without the use of a reversing contactor. C. USER ADJUSTMENTS: a) The two acceleration start ramp timers shall have individual adjustments from 1 to 60 seconds. b) The two acceleration stop ramp timers shall have individual adjustments from 2 to 120 seconds. c) The initial torque setting shall be adjustable from 0 to 250% of motor torque. d) The end torque setting shall be adjustable from 50 to 250% of motor torque. e) Current limit starting shall be adjustable from 150% to 500% of the motor s full load current. f) Slow speed shall be adjustable up to 60 seconds or up to 100 external pulses. D. PROTECTION AND DIAGNOSTICS: a) Overload protection shall be as follows: 1) Meets applicable standards as a motor thermal protection device. 2) Shaft Power measurement without the use of external electro-mechanical sensors. 3) Electronic thermal memory shall be provided for enhanced motor protection. 4) Shaft Overload and Under load protection shall be available through the controller, even in a bypass configuration. 5) Protections should be available if bypass is made. b) When fault conditions are detected, the controller shall inhibit starting or shut down SCR pulse firing. E. PUMP CONTROL (standard feature): a) The standard feature pump control shall be implemented to provide closed loop control of a motor to match the specific torque requirements of centrifugal pumps for both starting and stopping. This shall aid in

eliminating the phenomena commonly referred to as water hammer. Methods utilizing Soft Start with Soft Stop shall not be acceptable. The soft start and soft stop programming should be independent of each other. b) Pump stop shall be initiated without the need for a dedicated Pump Stop input. A coast-to-rest stop shall still be possible with a stop input. c) The Pump Stop times shall be user adjustable from 0 to 120 seconds. F. POWER STRUCTURE DESIGN FEATURES: Electrical: a) Back-to-back SCR pairs shall be the only power-switching semiconductor means acceptable. Diode 0 SCR combinations shall not be acceptable. b) There shall be separate power sections to operate from 200V to 525 V and 200V to 690V, 50/60 Hz. c) Semi conductor fuses should not be required for warranty in sizes17-500 Amps. d) Soft starter should be built for continuous operation without need of by pass for any reason. e) SCRs shall have the following minimum repetitive peak inverse voltage ratings: c. 200 to 525V: 1600 V d. 200 to 690V: 1800V Transient Protection: 17 Amps to 500 Amps a) For controllers rated 17 Amps to 500 Amps, transient protection with snubber circuit including RC-net shall be standard. b) Capacitors against electrical noise should be integrated as standard. G. ENERGY SAVER: a) The Energy Saver feature shall operate to automatically cause the output voltage from the controller to be reduced when a motor is unloaded or lightly loaded. b) Customer adjustments shall not be required. c) The Energy Saver feature shall be defeatable. H. ENVIRONMENTAL RATINGS: a) Temperature Ratings 1) The Controller shall deliver its rated current in ambient temperature ranging from 0. C to +50 C. 2) The controller should be able to operate up to 50 C. 3) The ambient storage temperature shall range from 25 C to +70 C. b) Humidity Range 1) The controller shall be operable in relative humidity of 5 to 95%, noncondensing. c) Altitude Rating 1) The controller shall be suitable for operation up to altitudes of 1,000 meters without derating.

SBI INFRA MANAGEMENT SOLUTIONS PVT LTD (WHOLLY OWNED SUBSIDIARY OF SBI) 3 rd Floor, SBI LHO Building, Bank Street, Koti, Hyderabad 500 095 TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING & COMMISSION OF SOFT STARTER AND CONTROL PANEL BOARD FOR 100HP FIRE PUMP AT SBI LOCAL HEAD OFFICE CAMPUS, HYDERABAD. Contractors who are on the panel of SBI, Hyderabad Circle, (LHO) in the appropriate category are only eligible. (Contractors should submit proof of the same) The Senior Vice president, SBI Infra Management Solutions Pvt. Ltd. 3 rd Floor, SBI LHO Building, Bank Street, Koti, Hyderabad 500 095

PRICE BID Design, Manufacture, Supply, Installation, Testing & Commission of soft starter and control panel board for 100HP fire pump for Local Head Office Campus, Bank Street, Koti, Hyderabad PRICE BID S No Description Qty Rate per Unit Total A Supply,fabrication, Installation, Testing & 1 Commission of following: following: Set 1) 50KA, 4Pole, 160Amps MCCB 2) soft starter and control panel board for 100HP fire pump (Rated operational power 400V 500V, 690V, Pe-75KW, Ie-143A, 440/480V, 100HP FLA-130A) ABB Model : PSTX142-600-70 or equivalent model for Local Head Office Campus, Bank Street, Koti, Hyderabad (including 1 year warranty period). The scope of work includes supply & wiring of suitable internal power & control cabling within the panel. The scope of work extends to termination of input & output cable with suitable double compression glands (Approved makes: ABB/L&T/ Schneider/Siemens) Grand total (excluding GST) Applicable GST will be paid by the Bank Date: Signature of the Vendor with seal