Home

Tender Document - Oil India Limited

image

Contents

1. Sl Item Yes No Agree No 1 Are you an OEM high mast lighting system designer amp manufacturer 2 Are you an authorized agent dealer of the manufacturer 3 VALID document certificate as OEM Dealer submitted Please note that it is a Bid Rejection Criterion 4 Have you submitted credentials in support of your supplying and commissioning minimum 10 Ten units of similar tyoe of high mast lighting systems 30 m or 20 m height or combination of both to reputed central state govt PSUs during last 3 years as on bid closing date Please note that these are Bid Rejection Criteria 5 Have you submitted credentials of the manufacturer having manufactured similar high mast lighting system Please note that it is a Bid Rejection Criterion 6 Do you agree for installation and commissioning of the high mast units at OILG designated site 7 Have you quoted erection installation testing amp commissioning charges separately 8 Have you submitted full technical specifications for the high mast lighting system and accessories and detailed documents drawings test certificates as per Para 15 0 9 Do you agree for pre dispatch inspection Please note that test certificates etc are to be submitted at the time of final inspection failing which dispatch clearance will not be given 10 Have you offered guarantee for 12 Twelve months for the offered high masts Please note that it is a
2. KRISHNA MOHAN KUMAR DY MATERIALS MANAGER FOR CHEIF MANAGER M amp C FOR EXECUTIVE DIRECTOR RP SJI8150P16_ Page 4 of 16 O imei Oil India Limited WGovereeri d hts feared Repetered Ooa Diap Assan Oil India Limited RP 2 A District Shopping Centre Saraswati Nagar Basni Jodhpur 342005 Phone 0291 2729 473 0291 2729 466 Fax 0291 2727050 Email km_kumar oilindia in erp_mm oilindia in ANNEXURE IA Tender No amp Date SJI8150P16 Dated 10 08 2015 Bidding Type Single Bid Composite Bid Bid Closing on As mentioned in e portal Bid Opening on As mentioned in e portal OIL INDIA LIMITED Rajasthan Project invites Indigenous Bids for items detailed below TECHNICAL SPECIFICATIONS WITH QUANTITY SL NO MAT MATERIAL DESCRIPTION QUANTITY UOM CODE 10 SUPPLY OF 20 METER TALL HIGH MAST LIGHTING UNITS 2 NO 0G000264 INCLUDING 8 NOS NON INTEGRAL TYPE 2 X 400 WATT METAL HALIDE FITTINGS HPIT ON EACH MAST 2 FEEDER PILLARS 1 LT PANEL amp POWER SUPPLY CABLES AT OIL GODOWN YARD AT HAMIRA NEAR JAISALMER IN RAJASTHAN 20 ERECTION INSTALLATION TESTING amp COMMISSIONING 1 AU OF HIGH MAST LIGHTING UNITS UNDER SL NO 10 ABOVE A ITEM DESCRIPTION Supply erection installation testing amp commissioning of 2 nos 20 meter tall High Mast Lighting units including 8 Nos non integral type 2 x 400 watt HPIT Metal Halide fittings on each mast total 16 Nos 2 feede
3. sree H Oil India Limited A Goverwert d nia Eta rien Regetored Ofon Diajn Assan Oil India Limited RP 2 A District Shopping Centre Saraswati Nagar Basni Jodhpur 342005 Phone 0291 2729 473 0291 2729 466 Fax 0291 2727050 Email km_kumar oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SJI8150P16 Dated 10 08 2015 Tender Fee INR 1 000 00 Bid Security Amount INR 12 500 00 Bid Bond Validity Bid Bond should be valid up to 29 07 2016 Bid bond format has been changed Please submit bid bond as per revised format Refer MM RP GLOBAL E 01 2005 Bid Validity Bid should be valid for 120 days from bid closing date Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable 10 of the PO value Integrity Pact Not Applicable OIL Rajasthan Project invites Bids for Supply erection installation testing amp commissioning of 2 nos 20 meter tall High Mast Lighting units including 8 Nos non integral type 2 x 400 watt Metal Halide fittings HPIT on each mast 2 feeder pillars 1 LT panel amp power supply cables at OIL s Godown yard at Hamira near Jaisalmer in Rajasthan through its e Procurement site under SINGLE STAGE COMPOSITE BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM RP GLOBAL E 01 2005 for E Procurement Both ICB amp LCB Tenders The prescri
4. The Bidder shall submit weekly monthly progress report of work to the Engineer in charge in writing 15 DOCUMENTS TO BE SUBMITTED WITH THE OFFER The following credentials and test certificates shall be submitted with the offer Offers without these documents are liable to be outright rejected A Technical documents 15 1 RCC foundation details suitable for Zone Il 1 set 15 2 Design calculations of foundation of high mast 1 set 15 3 Design calculation of high mast 1 set SJI8150P16_ Page 11 of 16 15 4 Complete catalogue of high mast with luminaries and aviation light 1 set 15 5 Detailed dimensional drawing of the complete mast including the dimensional details of base door opening the distance from the mast flange plate to the bottom of the door head frame assembly complete with pulley guides ropes covering to stop access of birds or other objects rains etc 15 6 General Arrangement GA drawing of feeder pillar 1 set 15 7 Electrical single line diagram wiring diagram component layout diagram of Feeder Pillar 1 set 15 8 Illumination level chart 1 set 15 9 Quality Assurance Plan for High mast shaft and accessories 1 set 15 10 Separate test certificate of the drum winch 15 11 Successful Bidder s Test Certificate for each reel of wire rope 15 12 Test certificate as per the relevant Standards of chemical composition and mechanical properties of sheets flange plates steel plate anchor plates 15 13 Test certi
5. dust vermin and weather proof for outdoor use shall be supplied for locally automatically switching ON OFF of luminaries The control panel shall comprise the following 6 1 Incomer 01 no 415 V 63 Amp 4 pole MCCB Make GE Siemens Havell Telemecanique Legrand 6 2 Earth leakage Relay with separate core balance current transformer Sensitivity 30 mA to 3A Time delay 0 5 sec current and time setting adjustable in steps Make Merlin Gerlin Legrand 6 3 Isolator MCCB 40 Amps 4 P as isolator 02 nos one each for motor starter and luminaires Make Legrand Telemecanique Siemens GE Havell 6 4 Light controller 01 no four pole power contactor AC3 rating min 40 A rating for long life Make Legrand Telemecanique Siemens GE Havells 6 5 Thriple pole power contactor AC3 rating min 16 A 02 nos rated for motor hoisting and lowering Make Legrand Telemecanique Siemens GE Havell 6 6 Digital Voltmeter amp Ammeter size 96mm X 96mm Range 0 600V Current transformer with CT Ratio 50 5 Make Conzerv AEI Ltd 6 7 LED indication lights 3 nos for R Y B phase indication make Binay Telemecanique 6 8 Start Stop push button for locally switching ON OFF the luminaries 1 set SJI8150P16_ Page 7 of 16 6 9 Separate TBs of suitable sizes for incomer cable outgoing motor and luminaries cable and control cables shall be used 6 10 NS 4 type fuses carrier and base shall be used for contro
6. 20 m or 30 m or combination of both high mast lighting systems to Central government State government organizations PSUs during last 3 three years as on bid closing date 4 0 Bidder shall agree for installation and commissioning of the high mast units at OILG designated site and quote installation and commissioning charges separately 5 0 Bidder shall submit quality certificates for the offered model product while submitting the bid 6 0 Bidder shall guarantee for the offered high mast units for 12 Twelve months from the date of commissioning 7 0 Offers which meet the BRC requirement clauses as above shall be evaluated only B BID EVALUATION CRITERIA BEC 1 0 The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria 2 0 For evaluation of bids supply transportation loading unloading erection installation testing and commissioning of two 02 nos of High Mast Lighting System as per tender specification will be considered Comparison of offers will be done on Total F O R Oil India Limited Thaiyat Hamira Stores basis which is 25 KM approx from Jaisalmer Township of Rajasthan as under A Total Material Cost for 2 Nos of High Mast Lighting System a
7. 9 of 16 d Supply of lightning arrestor for each light mast e Supply of power amp control cables as required for power distribution from LT panel main distribution board to feeder pillar feeder pillars to all light fittings of each mast f All other cabling works including laying underground required for high mast are in the scope of the contractor g Supply of feeder pillars 2 nos LT panel main distribution board at DG house 1 No h Supply of earth electrodes GI straps i Supply of all materials for a total of ten earth pits Installation and commissioning jobs shall include a Installation testing amp commissioning of the complete light masts including feeder pillars amp LT panel main distribution board b All cabling works from LT panel main distribution board to feeder pillars feeder pillars to mast power tool luminaries c Making of earth pits as per IS 3043 laying and connection of earth straps from mast and feeder pillar to earth pits 13 TECHNICAL NOTES 13 1 Feeder pillar drawings GA drawing electrical single line diagram wiring diagram component layout diagram etc shall be scrutinized by OIL Any modification suggested by OIL shall be incorporated in the design and fresh set of drawings shall be submitted for OIL approval Manufacturing of the panel shall be started only after due approval from OIL Feeder pillar manufactured without OILG approval shall not be accepted 13 2 Th
8. factor of safety 3 2 The average rate of raising and lowering shall be not less than 3 meters per minute Supply of oil for winch during installation amp commissioning shall be arranged by the Bidder 3 3 The winch shall be of self sustaining and self lubricating type with positive locking arrangement The rope drum shall be fabricated as per IS 807 and the wire rope shall be wound unwound on the winch during movement of lantern carriage 3 4 Lantern carriage shall be operated with three point three ropes system for preventing wobbling of the carriage during raising and lowering 3 5 The material of construction for top pulley block shall be non corrosive and preferably made of die cast LM 6 aluminum brass alloy with self lubricating bearing 3 6 Design of the pulley shall be such that wire rope does not come out of the groove at any time during lowering raising of the lantern carriage 3 7 The design shall ensure that the operation of pulley is maintenance free Pulley should be provided with weather proof cover Particular care shall be exercised in all aspects of design manufacture and testing and installation arrangement of the system to ensure optimum safety under all operating condition to give a minimum 25 years of operating life Note SJI8150P16_ Page 6 of 16 Test certificates shall be provided with each winch Offer should also state clearly the capacity operating lubricant speed and recommended lubricant 4 0 WI
9. is released 6 19 The height of foundation for panel shall be min 450 mm from the ground level Also the gland plate of the feeder pillar shall be at a height of minimum 450 mm from foundation level 6 20 Feeder Pillar should be located at a distance near the base suitably for easy maintanance of LANTERN CARRIAGE when it is brought down 6 21 GA and Single line diagram of the feeder pillar shall be submitted with the offer 7 0 LT panel Main Distribution Panel LT panel Main Distribution Panel made of 2mm 14 SWG CRCA sheet metal self supporting floor mounted dust vermin and weather proof for outdoor use shall be supplied installed tested and commissioned at DG house The control panel shall comprise the following 7 1 Incomer 01 no 415 V 100 Amp 4 pole MCCB Make GE Siemens Havell Telemecanique Legrand 7 2 Bus bar 150 Amps TPN Aluminium bus bars of required length with heat shrinkable insulation sleeves 7 3 Outgoing 6 Nos 40 A TPN MCB 7 4 Earth leakage Relay with separate core balance current transformer Sensitivity 30 mA to 3A Time delay 0 5 sec current and time setting adjustable in steps Make Merlin Gerlin Legrand 8 0 LUMINAIRES SJI8150P16_ Page 8 of 16 Eight nos non integral type double flood light luminaries with IP 65 protection 2 x 400 watt Metal Halide fittings HPIT and external control gear box with all accessories for each mast shall be used Proper sized single compres
10. 1 6 Mast shall be provided with aviation light amp lightening protection protection system complete 1 7 Masts Lightening arrestors and the electrical equipments shall be suitably earthed Bottom section of the mast shall have suitable studs for earth connection 2 0 LANTERN CARRIAGE 2 1 The lantern carriage on each mast shall be of steel tubular ring type construction designed to accommodate 8 Nos of HPIT non integral type flood light luminaires with necessary C G Box in a radially symmetric fashion 2 2 Lantern Carriage Accessories shall be made with best steel in compliance with BS EN 10025 FE 430 A and shall have guaranteed characteristics as per this standard 2 3 The complete lantern carriage assembly shall be hot dip galvanized after fabrication Galvanization shall be as per IS 4759 minimum thickness of galvanization 80 micron 2 4 The carriage shall have proper arrangement to avoid swing and to prevent damage to mast surface or other installed parts during lowering raising operation of carriage 2 5 All hardware used shall have necessary corrosion protection 3 0 WINCH ASSEMBLY POWER TOOL 3 1 Winch assembly meant for hoisting of lantern carriage shall be a double winch and shall be fixed in the base of the mast and shall have provision to operate both manually and electrically The winch shall be suitably designed to handle the total weight of lantern carriage assembly with all fittings and accessories with required
11. Bid Rejection Criterion 11 Have you mentioned any deviations 12 Have you mentioned any other item s points not indicated included in the specifications but deemed necessary for design Installation and commissioning efficient control and operation of the high mast lighting system SJI8150P16_ Page 16 of 16
12. NCH DRIVING POWER UNIT 4 1 The winch drive unit shall be squirrel cage reversible induction motor with following characteristic a Supply voltage 415 V 3 phase 50 HZ b Insulation Class F temperature class limited to class B c Class of protection IP 55 Weather resistant Make Crompton Greaves Kirloskar Ltd Siemens Bharat Bijlee 4 2 The capacity of the electric motor used in power tool shall be compatible to handle the design load of the complete lantern carriage with luminaries Min 2 0 HP 4 3 Rate of raising and lowering of the mast shall be not less than 3 meters per minute 4 4 The drive unit shall be housed at the base of the mast 4 5 For safety reasons and final precision docking of lantern carriage ring the power unit must have provision to be operated manually by using external crank device lever without removing the drive motor from the winch unit Crank device shall be provided with each high mast unit 5 0 WIRE ROPE 5 1 The wire ropes shall be flexible marine grade and non corrosive stainless steel grade SS 316 5 2 A minimum 8 turn of wire rope shall be on the drum when the lantern carriage is fully lowered 5 3 The stainless steel wire shall be minimum 6 mm diameter 7x19 constructions which shall have a factor of safety not less than 5 times the safe working load SFL of winch 6 0 CONTROL PANEL FEEDER PILLARS A feeder pillar made of 2mm 14 SWG CRCA sheet metal self supporting floor mounted
13. TE AS PER NIT REQUIREMENT BIDS WITH LESSER VALIDITY SHALL BE REJECTED 11 0 Performance Security Successful bidder will be required to furnish a Performance Security 10 of the order value For details about performance security and exemption for submission of the same please refer Clause No 10 0 of General Terms and Conditions vide MM RP GLOBAL E 01 2005 for E Procurement ICB Tenders The Performance Security must be valid for a period of 12 months from the date of commissioning of the equipment at site or 18 months from the date of dispatch shipment whichever is earlier The bidder should confirm submission of the requisite Performance security in the event of order in their offer itself failing which the offer will be rejected 12 0 You are required to submit original Bid Security at the office of Chief Manager M amp C Oil India Limited Rajasthan Project 02 A Saraswati Nagar District Shopping Centre Basni Jodhpur 342005 Rajasthan India on or before the Bid Closing Date and Time of the technical bid The bid security should be of amount INR 12 500 00 in conformity with OILG prescribed format as Bank Guarantee enclosed with the booklet MM RP GLOBAL E 01 2005 or a Bank Draft Cashier cheque in favour of OIL INDIA LIMITEDOand payable at Jodhpur Rajasthan India 13 0 For details about Bid Security and the eligibility for exemption of bid security please refer to Clause 9 0 under Section A of General Terms and conditions for Global T
14. ate of apply 3 0 Please note that all tender forms and supporting documents are to be submitted through OILG e Procurement site only except following document materials which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Chief Manager M amp C Oil India Limited Rajasthan Project 2A Saraswati Nagar District Shopping Centre Basni Jodhpur 342005 Rajasthan on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in duplicate 4 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 5 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 6 0 Bid must be submitted el
15. bed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a General Terms amp ConditionsO for e Procurement as per Booklet No MM RP GLOBAL E 01 2005 for E Procurement b Technical specifications and Quantity BRC BEC and any other notes as per Annexure IA SJI8150P16_ Page 1 of 16 c The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents d In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation e Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil In
16. dia Limited f Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF amp Bank Details Annexure GGG as per given format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Technical RFX Response g All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on OILG website www oil indiacom and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued in the press Prospective bidders are requested to regularly visit the website and e portal to keep themselves updated Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered as on the Bid Closing Date a Bidder should have experience of successfully executing similar order for at least INR 3 70 Lakhs during last 3 years Definition of Similar Order Supply erection installation testing amp commissioning of High Mast Lighting system inclusive of Lantern Carriage for minimum 8 Light Fixture and Winch Driving Power unit for Lantern Carriage b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than INR 12 33 Lakhs 2 0 Application showing full address email addres
17. e Bidder s responsibility 14 6 All necessary arrangements for erection of mast are to be made by the Bidder including supply of all safety appliances and tools to workmen The Bidder will be responsible for their tools tackles materials and personnel at site till the high mast units are finally handed over to OIL 14 7 Persons deployed authorized by the Bidder to carry out electrical works should have valid electrical supervising license and work permit as per CEA Regulations Copies of the licenses permits are to be submitted on receipt of order 14 8 The Bidder should submit detailed schedule of program of work within 15 days from the award of order 14 9 The Bidder will take all safety measures during the execution of the work OIL will not be responsible in any way and shall not be liable to compensate the Bidder in any way for any loss of Bidder men and material 14 10 If due to improper execution of the work or due to negligence on the part of the Bidder s workmen OILG property is damaged the Bidder will compensate for such loss 14 11 The Bidder will submit total 03 three sets of operation and maintenance instruction manuals of the mast including electrical items after successful commissioning of the units 14 12 All the works shall be carried out as per relevant codes practices rules and regulations The workmanship shall be of very high standard 14 13 The work shall be carried out under direct supervision of the Bidder
18. e following drawings shall be checked and verified by OIL before acceptance of offer a RCC foundation details Suitable for Zone Il 1 set b Design calculations of foundation of high mast 1 set c Design calculation of high mast 1 set 13 3 All components shall be designed to require minimum of maintenance and skilled attention and also to allow routine maintenance to be carried out quickly and easily with a minimum use of tools 13 4 Every reasonable precaution and provision shall be incorporated in the design of the equipment for the safety and security of the system and of those concerned with its operation and maintenance 13 5 Heat resisting cable shall be used between lamp holders and circuit connection points 13 6 The electrical installation job shall comply with all appropriate statutory requirements rules regulations standards and practices 13 7 All metal work including luminaries control gear units and luminaries carriage shall be bonded to the earth core of the luminaries supply cable The earth continuity from luminaries carriage shall be via a single core of the multi core cable 13 8 Verticality and straightness measurement shall be carried out and these should be within the limits as specified by manufacturer for wind velocity earthquake zone mentioned in Tender 13 9 After completion of installation and commissioning job successful Bidder commissioning personnel shall arrange an on site training to work pers
19. ectronically only through OILG e procurement portal Bid submitted in any other form will be rejected 7 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure IA However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure IA contradict the Clauses of the tender and or General Terms amp Conditions6 as per Booklet No MM RP GLOBAL E 01 2005 for E Procurement Both ICB amp LCB Tenders elsewhere those in the BEC BRC shall prevail 7 1 The following points are deemed as non negotiable and offer shall be rejected straightaway without seeking clarification in case of the following i Validity of bid shorter than validity indicated in the tender ii Original Bid Security not received within the stipulated date and time mentioned in the tender iii Bid security with a Validity shorter than the validity indicated in tender and or b Bid security amount lesser than the amount indicated in the tender SJI8150P16_ Page 3 of 16 i 9 0 All the Bids must be Digitally Signed using AClass 36 digital certificate e commerce application with organisation name as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India 10 0 BIDDERS ARE REQUIRED TO QUOTE WITH MINIMUM VALIDITY OF 120 DAYS FROM THE BID CLOSING DA
20. ender vide booklet MM RP GLOBAL E 01 2005 Also please refer Annexure VII vide MM RP GLOBAL E 01 2005 to obtain the format for Bank Guarantee A scanned copy of the bid security should be uploaded alongwith the offer for our information If the bid security in ORIGINAL of above mentioned amount is not received within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration The bidders who are exempted from submitting Bid Security should attach documentary evidence alongwith their technical bid The Bank Guarantee LC towards Bid Security shall remain valid for 180 days more than the Bid Validity i e 300 days validity is required from the date of Bid opening 14 0 Benefits to Micro amp Small Enterprises MSEs as per prevailing Govt guidelines as applicable on B C date shall be given MSEs who are interested in availing the benefits will upload with their offer proof of their being MSE registered for the item tendered The MSE are also required to upload scanned copies of relevant documents indicating details of registration alongwith validity name of the registering organization and details of the item ownership etc failing which their offer may not be liable for consideration of benefits to MSEs NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd
21. ficate of wind velocity test 15 14 Test certificate of head frame Assembly mast sections trailing cable and cable connector as per relevant standards 15 15 Welding and Fabrication detail as per relevant standard Rules Regulations and practices 15 16 Test certificate confirming the minimum thickness of galvanization as 80 micron The internal and external galvanization shall be as per IS 2629 2633 and 4759 B Others Bidder amp credentials establishing the fact that AValid dealership certificate from the OEM if the bidder is an authorized dealer Athey have executed successful supply erection testing and commissioning of minimum 4 four units of similar type of high mast systems 30 m or 20 m or combination of both in Central State Govt or PSU organizations during last 3 years as on bid closing date APerformance certificate of satisfactory completion of jobs and trouble free operation of the high mast offered from those organizations shall be submitted A The manufacturer of the make offered by the Bidder must have the experience of manufacturing similar type high masts Credentials from the manufacturer to this effect shall be submitted with the offer AFilled in check list as per Annexure l Offer without any of these documents will be liable for rejection Installation and commissioning jobs shall include a Installation testing amp commissioning of the complete light masts including feeder pillars as per offered desi
22. ges if any shall be quoted separately which shall be considered for evaluation of offers 5 0 If there is any discrepancy between the unit price and the total price the unit price will prevail and the total price shall be corrected Similarly if there is any discrepancy between words and figure the amount in words shall prevail and will be adopted for evaluation 6 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in total must be received on or before the deadline given by the company failing which the offer will be summarily rejected D STANDARD NOTES 1 0 Materials to be supplied hereunder shall be new unused of recent make of best quality amp workmanship and shall be guaranteed by the seller against defects arising from faulty materials workmanship or design Defective goods materials or parts notified by OIL to the seller shall be replaced immediately by the supplier at the supplier expense at no extra cost to OIL 2 0 Bidders are to quote for Unit Material value Packing Forwarding Charges Taxes amp Duties as applicable Transportation loading unloading erection installation testing and commissioning charges upto Oil India Limited Thaiyat Hamira Stores which is 25 KM approx from Jaisalmer Township of Rajasthan Insurance Charges Payment Terms Best Deli
23. gn b LT panel Main Distribution Board at DG house c All cabling works from LT panel Main Distribution Board at DG house to feeder pillars amp from feeder pillars to mast power tool luminaries d Making of earth pits as per IS 3043 laying and connection of earth straps from mast and feeder pillar to earth pits B Tender Special NOTES 1 0 Bidder shall submit all documents with their bid as per Para 15 0 Documents to be Submitted with the Offerd 2 0 High Mast units shall be installed and commissioned by the successful Bidder at OILG Godown yard at Hamira near Jaisalmer in the district of Jaisalmer Rajasthan Site conditions Ambient temperature max 50 degree Celsius Ambient temperature min 5 degree Celsius Max relative humidity at 50 degree Celsius 50 SJI8150P16_ Page 12 of 16 Max relative humidity at 5 degree Celsius 05 Altitude 300 meters above sea level Average annual rainfall 35 centimeters 3 0 Bidder shall quote items supply charges amp commissioning charges separately All necessary manpower tools and tackles instruments etc required for commissioning shall be in the scope of the successful Bidder 4 0 Offered high mast units with all accessories must be new and in unused condition No reconstructed rebuilt mast units accessories will be acceptable 5 0 Components used in the mast and accessories shall be of reputed make as given in the detailed description and eas
24. ily available Bidder shall submit Bill of Materials including any additional item to the item list given in the detailed description if considered essential Bidder shall also supply all commissioning spares essential for installation and commissioning of the high mast units and feeder pillar panels at the site of installation mentioned 6 0 Bidder shall mention any deviations or other items points not indicated included in the specifications but deemed necessary for design installation and commissioning efficient control and operation of the high mast units However proper justification for deviation must be given 7 0 Adequate care must be taken by the successful bidder to avoid transit damage and ensure supply of complete set of items in healthy condition 8 0 Boarding lodging and transportation of commissioning personnel will be in the scope of the successful bidder amp bidder shall include the cost against this in their quoted price 9 0 OIL representatives shall carry out pre dispatch inspection of high mast units with all accessories and witness all necessary testing at manufacturer works To and fro charges of OILG personnel to manufacturer amp works will be to OILG account 10 0 High mast units with all accessories shall be guaranteed for 12 Twelve months from the date of commissioning 11 0 Successful Bidder shall submit total 3 three sets of operation and maintenance manuals including electrical items for the high ma
25. ion obstruction light fitted in a weather proof box on body unit of Aluminum alloy shall be supplied with each mast system The cover of the light will be glass with rubber gasket IP 65 protection The light fitting shall have integral terminal chamber LEDs are to be mounted on fire retardant epoxy printed circuit board 10 2 Light fittings shall be suitable for 240V AC 50 Hz supply Luminous intensity of the lamp shall be minimum 90 candela Unit shall be similar to Baliga luminaries model AW300 Make Binary Bajaj Philips Beluga havells 10 3 Lightning protection rod Lightening arrestor lightning finial GI copper 1 m length shall be provided and fixed rigidly on the top of the high mast Connection shall be made through to the LA earth pit 11 0 FOUNDATION 11 1 Foundation of high mast shall be suitable for Zone Il considering the Earth Quake resistance measure and Bidder shall have to furnish the design of the foundation of High mast along with the offer Design shall be approved by OIL before acceptance of offer 11 2 The bearing capacity of the soil is 10 T m2 12 0 SCOPE OF SUPPLY AND INSTALLATION Supply of complete High mast Lighting System shall include a Supply of 2 nos 20 m high mast structure with lantern carriage raising lowering mechanism b Supply of flood light fixtures amp lamps of quantity and capacity as specified c Supply of aviation obstruction warning lights as specified SJI8150P16_ Page
26. l circuit protection 6 11 For each mast the 8 Nos light fixtures shall be so connected that load wise it is equally distributed among the 3 phases of power supply 6 12 Photo sensor with switch relay should be configured in the contactor control circuit for auto switching ON OFF of light fixtures in the evening amp in the morning 6 13 Power supply from the LT panel main distribution board at DG house to each mast shall be done by laying underground suitable sized 3 5x16 sq mm 3 phase 4 wire PVC insulated armored aluminum cable approx 200 meters 6 14 All control wiring shall be done with single core 1100 V grade PVC insulated IS marked flexible copper cable Power cable size shall be as per IS 8623 control cable 2 5 Sq mm 6 15 Brought out terminals spreader bars of tinned copper shall be provided at incomer MCCB for terminating 4x25 Sq mm PVCA cable All outgoing connections from the incomer MCCB shall be tapped through suitable rectangular copper bars 6 16 Detachable gland plate and brought out terminals for incoming and outgoing cable connection shall be provided Suitable single compression metallic glands for the luminaries and motor cables shall be provided in the feeder pillar 6 17 Feeder Pillar box is to be painted with by 2 coats of primer followed by epoxy grey paint 6 18 Push button for raising and lowering the mobile part shall operate on Dead man principled i e action shall cease as soon as the button
27. ons of OIL on electrical and mechanical operation and maintenance of the high mast units However no extra charge will be payable for the same 14 GENERAL CONDITIONS SJI8150P16_ Page 10 of 16 14 1 Any deviation from OIL specifications shall be clearly spelled out along with the offer OIL may or may not accept the deviation and Bidder shall have to make amendments in their offer accordingly 14 2 High mast feeder pillar and accessories with light fitting will be inspected by OIL s Engineer at the works premises of successful Bidder before dispatch Modification correction suggested by the OIL inspector for better operation and ease of maintenance of the high mast system shall be carried out by the successful Bidder without any extra cost to OIL Cost for OIL s engineer s visit shall be on OIL s account 14 3 Complete supply erection testing and commissioning including civil foundation jobs shall be done by the successful Bidder Civil jobs of the foundation of the high mast shall be done by the Bidder after approval of foundation drawings by OIL All the materials for foundation shall be supplied by the Bidder including metallic items like site bolts anchor plate steel template etc Curing time and treatment for foundation shall be as directed by OIL before start of foundation work 14 4 Bidder shall make its own arrangement for board and lodging of their working personnel 14 5 Transportation of men and materials to the site will b
28. r pillars 1 LT panel amp power supply cables TECHNICAL SPECIFICATIONS OF 20 MTRS HIGH MAST LIGHTING UNIT 1 0 MAST 1 1 The high mast shall be continuously tapered polygonal cross section and 20 meters high above base plate The mast shall be fabricated from steel plate welded polygonal construction in suitable number of sections not less than 2 telescopically jointed giving a continuous tapered profile and presenting good visual appearance The mast shaft shall be made with best steel in compliance with BS EN 10025 FE 510 and shall have guaranteed characteristics conforming to this standard 1 2 Material of the mast sections shall conform to IS 2062 The mast sections shall be hot dip galvanized to minimum 80 micron both inside and outside conforming to IS 4759 1984 IS 2629 1985 IS 2633 1072 1 3 Mast structure shall be designed to withstand wind velocity of 180km hr with 3 sec gust at a height of 10 m above ground level conforming IS 875 part III 1987 and should have wind load factor 1 25 and material factor 1 15 SJI8150P16_ Page 5 of 16 1 4 The base flange shall be provided with gusset and high tensile anchor bolts 1 5 The bottom most section shall accommodate winch electric drive cable plug socket etc with a proper door opening in order to permit clear access to these components The door shall be dustproof vermin proof and weather protected IP 55 and shall be provided with suitable locking arrangement
29. s per Technical Specifications of the Tender B Packing and Forwarding Charges C Total Ex works value A B above D Excise Duty as applicable on C above Please indicate applicable rate of Tax E Sales Tax as applicable on C D above Please indicate applicable rate of Tax F Total FOR Manufacturing station Value C D E above G Road Transportation charges including loading and unloading of High Mast Lighting system up to Thaiyat Hamira Stores H Insurance charges I Erection Installation Commissioning Charges including service tax J Inspection Testing Charges if any K Total value F G H I4 J 3 0 To evaluate the inter se ranking of the offers Rajasthan Entry Tax on purchase value will be loaded as per prevailing Govt of Rajasthan guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer 4 0 Installation Commissioning charges should be quoted separately which shall be considered for evaluation of offers These charges should include amongst others to and fro fares boarding lodging and other expenses of the Commissioning Engineers during their stay in Rajasthan All personnel Income and Service Tax etc towards the service provided by the supplier shall be SJI8150P16_ Page 14 of 16 borne by the supplier and will be deducted at source Bidder should confirm about installation commissioning in their Bid Inspection Testing char
30. s with Tender Fee Non refundable of INR 1 000 00 in the form of a Demand Draft Banker s Cheque Cashier s Cheque in favour of OIL INDIA LIMITED and payable at Jodhpur is to be submitted to Chief Manager M amp C Oil India Limited Rajasthan Project 2A Saraswati Nagar District Shoppin Centre Basni Jodhpur 342005 Rajasthan Application shall be accepted only upto one week prior to Bid Closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO SJI8150P16 for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and SJI8150P16_ Page 2 of 16 initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has also been provided through OIL s web site www oil india com NOTE a Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal NOTE PSUs and SSI units are provided USER_ID and initial PASSWORD Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue USER_ID and initial PASSWORD before the last d
31. sion cable glands Nickel plated SS brass material shall be used for glanding of all cables at both ends Cast aluminum alloy control gear box shall be complete with electro magnetic ballast igniter PF correction capacitor and individual HRC fuses Make of Luminaries shall be restricted to PHILIPS CROMPTON GE HAVELLS 2 nos 4 core 6 sq mm copper conductor flexible copper screened EPR insulated and PVC PCP sheathed cable 1100V grade Make Nicco Cords Incab Polycab Finolex Havells shall be used from the mast terminal block to the lantern carriage Terminal block shall be covered to protect it from the entry of insects and dust particles 9 0 EARTHING Each mast shall be provided with suitable body earthing and lightning protection system Mast shall have suitable earth boss terminal for 30 x 6 GI strap earth connections The complete earthing system for each mast shall comprise the following 9 1 50 mm dia 3 meter Long G I Pipe earth electrodes with brick enclosure and cover 4 Nos 9 2 30 mm X 6 mm G I straps for earth connection of the mast at the studs from studs to earth electrodes 9 3 Out of the four electrodes for each mast 2 nos electrodes shall be used for lightning protection and 2 nos electrodes shall be used for earthing of the feeder pillar and luminaries motor 10 0 AVIATION OBSTRUCTION WARNING LIGHTS amp LIGHTNING ARRESTOR 10 1 02 two nos medium intensity LED flasher type aviat
32. st units after final assembly and commissioning at site before handing over the same to OIL 12 0 Packing shall be done properly to avoid transit damage and water moisture ingress C BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC A BRC Clauses The offers must conform to the specifications and terms and conditions given in the demand Bids shall be rejected in case the items offered do not conform to the required parameters stipulated in the technical specifications and to the respective standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the offer offers will be considered as non responsive and is are liable to be rejected on the following grounds 1 0 If the bidder is an Original Equipment Manufacturer OEM then bidder has to submit proof of manufacturing of the offered model make including supplying and commissioning minimum SJI8150P16_ Page 13 of 16 30 Thirty units of similar type either 20 m or 30 m or combination of both high mast lighting system during last 3 three years 2 0 If the bidder is an authorized dealer of an Original Equipment Manufacturer OEM then bidder has to submit valid authorized dealership certificate from OEM high mast system manufacturer with the bid 3 0 Bidder has to submit credentials in support of his their supplying and commissioning minimum 10 Ten units of similar type either
33. very Period Net amp Gross Weight etc in their offer 3 0 For order with F O R Destination term 100 payment against dispatch document will not be entertained In this regards please refer payment terms in ANNEXURE MM RP GLOBAL E 01 2005 Bidders are advised to take note of this while mentioning payment term 4 0 In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have submitted the bids on or before the original B C date shall not be permitted to revise their quotation 5 0 The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected 6 0 Other terms and conditions of the enquiry shall be as per General Terms and Conditions for Global E Tender vide MM RP GLOBAL E 01 2005 However if any of the Clauses of this tender document contradict the Clauses of the booklet MM RP GLOBAL E 01 2005 elsewhere those in this tender document shall prevail kkkkkkkkkkkkk SJI8150P16_ Page 15 of 16 Check List Annexure The check list must be completed and returned with the offer with bidder comment as per format detailed below Bidder is to ensure that all the following points are covered in the offer This will ensure proper evaluation of the offer

Download Pdf Manuals

image

Related Search

Related Contents

Craftsman 26302 - Professional 20 Volt Lithium-Ion Operator`s manual  Philips Mini Audio System FWM355  Philips Saeco HD8859/01 coffee maker  Koolatron WC04 User's Manual  Notice Orligno 200 (extrait)  StarTech.com FireWire Cable  Instalación del extensor de rango WiFi  USER`S MANUAL - Pdfstream.manualsonline.com  Manual - Cassese  Stanley Black & Decker 655302 User's Manual  

Copyright © All rights reserved.
Failed to retrieve file