Home

OIL INDIA LIMITED

image

Contents

1. Rs 1 000 00 Bid Security Amount i Rs 41 000 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the Basic Data of e portal Bid Opening on As mentioned in the Basic Data of e portal Performance Guarantee Applicable Integrity Pact Not Applicable Delivery Required At DULIAJAN ASSAM OIL invites Bids for FLP ELECTRIC MOTOR DRIVEN CHARGING RECIRCULATION PROGRSSIVE CAVITY SCREW PUMP WITH Installation amp Commissioning 15 Nos as per Annexure II through its E Procurement site The bidding documents and other terms and conditions are available at Booklet No MM CALCUTTA E 01 2010 The prescribed 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 opeing the RFx Tender under RFx and Auctions The details of items tendered can be The tender is invited with firm price for the specified quantity Further details of tender are given below TENDER COVERING LETTER 1 1 Details of Items with Quantity and Unit of measure are as under SLNO EPE ae MATERIAL DESCRIPTION QUANTITY UNIT CODE NO FLP ELECTRIC MOTOR 10 DRIVEN CHARGING T RECIRCULATION 15 NO 0C000169 PROGRSSIVE CAVITY SCREW PUMP 20 Installation amp Commissioning 1 AU The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Bo
2. a pressure switch at the discharge side of the pump to prevent the pump from dry running and high discharge pressure respectively Including supply of limit switch and pressure switch 2 0 PRIMEMOVER The pump shall be directly coupled with suitable 415 V 3 Ph 50 Hz FLP Electric Motor and shall meet the following 2 1 DETAILS OF MOTOR The motor shall have the following specifications Type 1 The motor shall be 3 phase squirrel cage AC Induction motor conforming to BIS 325 amp BIS 2148 2 The motor shall be FLAMEPROOF type suitable for installation in Zone 1 and 2 Hazardous areas of oil mines and Group IIA and IIB type gas The motor shall be certified by CIMFR Central Institute of Mining and Fuel Research or any government approved NABL accredited test laboratory and approved by Director General of Mines Safety DGMS Government of India 32 Rated output Approx 12 5 hp The motor rating shall be so designed that it is minimum 15 higher than the Tespective absorbed power required for full rated capacity load handling Enclosure Insulation Cooling Site Condition Voltage Frequency No of phases RPM Mounting Bearing Type of Drive Rotation Switching Terminal Box Glands Earthing Lifting Eye Markings FLP TEFC with Degree of protection IP55 Vacuum pressure impregnated Class F with winding temperature rise limited to value specified for class B insulation Self air cooled through
3. according to motor with adjustable 4 In 10 In magnetic trip unit 3P 415 V AC 36 kA breaking capacity with direct rotary handle 01 no II 3 Pole contactors AC3 normal life rating rating shall be according to motor rating with 24 V or 30 V maximum AC coil amp 4NO 4NC contacts 01 no DOL 03 nos Star delta II Mechanical interlock for star delta contactors IV Thermal overload relay range as per motor rating direct mounting on MC contactor as per manufacturer s listed product V Pilot relay contactor type with 3 CO contacts contacts sufficiently rated VI Electronic Timer with 1 NO 1 NC Contacts 0 30 seconds VII Single phase digital ammeter CT operated VIII CT for ammeter 50 5 01 no in yellow phase IX Fuse holder 1 pole as required X HRC Fuse link cylindrical 415 VAC 80 KA fault level Qty as required XI Control transformer single phase for contactors and PBS supply 415 24 or 30 V maximum VAC 100 550 VA rated inrush XII RCCB 2 pole for control circuit including PBS earth leakage protection rating 25 A 300 mA XIII Motor fault lamp LED type Yellow size 22 5 mm XIV ON lamp LED type Red Size 22 5mm XV OFF lamp LED type Green Size 22 5 mm XVI Core balance current transformer in the outgoing cable from MCCB XVII RCD for earth leakage tripping Trip setting 0 mA to 3 Amps adjustable in preferred steps of 50 100mA steps Time delay setting 0 to 5 s adjustable in preferred steps of 50 100ms XVII
4. be duly signed and stamped by the supplier and shall be provided along with the supply 2 3 DETAILS OF STARTER PANEL Specifications for the starter A General notes on the starter I The starter shall be placed inside safe area and hence FLP enclosure is not required for the starter Neutral shall not be used as the source generator shall be grounded with high resistance II Starter shall be Direct on line or fully automatic star delta type depending on the motor rating for motor rating above and including 12 5 HP star delta starting shall be used III Starter shall be self mounting on sturdy angle iron frame Mounting frame and enclosure of the starter panel shall have specifications as follows a Panel shall be sheet steel clad cubicle type made of 2 0 mm thick MS CR sheet It shall be suitable for operation from the front Panel shall be dust vermin proof and weatherproof IP 55 Ventilation louvers shall be provided on both sides however louvers shall be shielded with fine wire mesh inside the panel Special non deteriorating Neoprene rubber gaskets shall be provided between all joints Panel door shall be provided with single turn latches for opening closing and locking arrangement Danger plates shall be fitted on front and back of the panel Bottom detachable gland plates made from 3 0 mm thick MS CR sheet shall be provided for all cable entries Height of bottom detachable gland plate shall be 450 mm from floor lev
5. of supply and in such case the order will be cancelled without any liability to OIL In case of such cancellation OIL may recover from the bidder the cost incurred by OIL in processing the tender till the time of cancellation All electrical items shall be procured from OEM or their authorized dealers only In case of dealers copies of valid dealership certificates shall be furnished with the offer without which the offers shall not be considered for evaluation The following documents shall be submitted with the offer GA and dimensional drawing of all electrical equipment Component layout diagram of the starter panel Power and control circuit diagrams of the starter panel Bill of materials and technical details of various components of the Starter Control Panel Technical details of the Motor Copies of CIMFR etc certificates and valid DGMS approvals The successful bidder shall obtain OIL s approval for the following drawings a GA and dimensional drawing of all equipment b Power and control circuit diagrams of the starter panel c BOM ofthe starter panel Manufacturing of the unit is to be started only after written approval of the drawings by OIL 4 Four bound sets of the following documents shall be submitted with the supply Approved GA and dimensional drawing of all equipment Approved Power and Control circuit diagrams Bill of materials with technical details of various components of the Starter Control Pane
6. successfully commissioned only after obtaining valid DGMS approval for all the constituent equipment instruments of the system BID EVALUATION CRITERIA BID REJECTION CRITERIA The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM CALCUTTA E 01 2010 elsewhere those in the BRC BEC shall prevail AEA I BID REJECTION CRITERIA BRC TECHNICAL The bids must conform to the specifications and terms and conditions given in the tender Bids shall be rejected in case the item s offered do not conform to the required minimum maximum parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements shall have to be particularly met by the bidders without which the offe
7. Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected 2 0 BID EVALUATION CRITERIA BEC A TECHNICAL 15 The bids conforming to the technical specifications terms and conditions stipulated in the bidding document and considered to be responsive after subjecting to Bid Rejection Criteria BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below i In the event of computational error between unit rate and total price the unit rate as quoted by the bidder shall prevail ii Similarly in the event of discrepancy between words and quoted figure words will prevail B COMMERCIAL i To evaluate the inter se ranking of the offers Assam entry tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii 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 to must be received on or before the dead line given by the company failing which
8. ED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Head Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata 700 001 only 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 triplicate 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 All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application with organisation name as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying TENDER COVERING LETTER 3 6 0 7 0 8 0 9 0 10 Authority of India RCAD Controller of Certifying Authorities CCA of Ind
9. I Power Control cable as required XIX Cable terminals amp accessories as required XX Control TB DIN Channel mounted XXI Power TB Stud type 4 pole C Makes of Components I MCCB Merlin Gerin Legrand Siemens ABB II HRC Fuses Fuse Holders GE II Contactors Siemens GE India ABB Telemechanique Schneider Group IV OLR Siemens GE India ABB Telemechanique Schneider Group Eye V Electronic Time Delay Relay Siemens GE India Telemechanique Schneider Group MCCB Contactors overload relay and timer shall be of same make and shall be properly coordinated for maximum protection VI PBS Siemens L amp T VII Ammeter Automatic Electric Conzerv Pvt Ltd VII LED Type Indication Lamps Vinay Technik Siemens L amp T ABB IX CTs Kappa AE X Earth Leakage Relay Merlin Gerin Legrand Prok DVS XI Local Remote selector switch Siemens L amp T Kaycee Salzer XII RCBOs MCBs RCCBs Legrand Merlin Gerin Siemens XIII Terminal Blocks DIN Channel Connectwell Tosha XIV Wiring Cables Finolex Havell XV Lugs Dowell 3D 2 4 DOCUMENTS l Bidder shall furnish every detail of the electrical items in their offer as per the above specifications IN THE SAME ORDER All of the above shall form part of the order Hence any deviations must be clearly mentioned which shall be scrutinized for acceptability Specific type and make of components should be mentioned clearly No deviation shall be allowed at the time
10. LIST 1 Whether quoted as OEM of Pump and whether documentary evidences submitted YES NO 2 Whether quoted as authorised dealer of Pump and whether documentary evidences submitted YES NO 3 Whether quoted as OEM recommended assembler of Pump sets and whether documentary evidences submitted YES NO 4 Whether the offered Pump is Positive Displacement Screw Pump YES NO 5 Whether the Pump is designed for continuous service duty YES NO 6 Whether the offered Motor conforms to IS Standard with latest amendment as per specifications YES NO 7 Whether the power for normal working condition is as per NIT YES NO 8 Whether the motor meets NIT criteria YES NO 9 Whether the pump is having Capacity amp Pressure as per NIT YES NO 10 Whether the pump meets materials of construction as per NIT YES NO 11 Whether the floor of the two runner skid shall be covered by checkered plates YES NO 12 Whether the skid is rigid enough to withstand vibration of the unit and suitable for self loading purpose YES NO 13 Whether dry run protection device shall be provided as per NIT YES NO a 1D 14 Whether the two years spares for the packages indicated have been quoted YES NO 15 Whether special tools and commissioning spares have been included in the scope of supply YES NO 16 Whether spares shall be available for 10 years after supply of equipment YES NO 17 Whether separately highlighted any deviation from the technical specifications YES NO 18 Whet
11. OIL INDIA LIMITED A Govt of India Enterprise 4 India Exchange Place Kolkata 700 001 OIL INDIA LIMITED invites indigenous competitive bid through its e procurement portal _ https etender srm oilindia in sap bc gui sap its bbpstart for the following e Tenders Srl No E tender Bid Closing Date Materials Description 1 SKI1089P14 15 11 2013 Submersible Pump sets 2 SKI1092P14 15 11 2013 Extended Exhaust Muffler with Scaffolding 3 SKI1099P14 15 11 2013 Diesel Engine Driven Drenching Pump sets 4 SKI1100P14 15 11 2013 Trailer Fire Pumps 5 SKI1101P14 15 11 2013 Positive Displacement Screw Pump 6 SKI1102P14 15 11 2013 Diesel Engine Driven Progressive Cavity Pumps 7 SKI1103P14 15 11 2013 Progressive Cavity Screw Pumps 8 SKT1106P14 15 11 2013 Potassium Urea Based Dry Chemical Powder 9 CKI1097P14 08 11 2013 Transportation of Explosive Cargo by suitable Explosive Vans 10 SKI1098P14 15 11 2013 Memento for Retiring Employees Silver Salver 11 SKI1096P14 15 11 2013 Electronic Time Cycle Controller 2 0 Application showing full address e mail address with Tender fee non refundable of T 1000 00 per tender except Srl No 9 Tender No CKI1097P14 where tender fee is 2000 00 excepting PSU and SSI units registered with NSIC by Demand Draft in favour of M s Oil India Limited payable at Kolkata and to be sent to Head Calcutta Branch Oil India Limited 4 India Exchange Plac
12. abilities shall be considered documentary TENDER COVERING LETTER 2 2 0 3 0 4 0 5 0 evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as on the Bid Closing Date a Bidder should have experience of successfully executing order of Rs 12 50 Lakhs during last 3 years as on the Bid Closing Date b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than l Application showing full address e mail address with Tender fee non refundable of 1000 00 per tender excepting PSU and SSI units registered with NSIC by Demand Draft in favour of M s Oil India Limited payable at Kolkata and to be sent to Head Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata 700 001 Application shall be accepted only upto one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID_AND PASSWORD FOR E TENDER NO SKI 1103P14 for easy identification and timely issue of authorisation On receipt of requisite tender fee and subject to fulfilment of eligibility criteria USER ID and 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 USER ID AND INITIAL PASSWORD WILL BE ISSU
13. c testing iii Manufacturers certificate of authenticity iv Certificate of test conformance of pump etc v Operation and maintenance manuals parts lists of pump motor starter and all other accessory equipment 8 0 TOOLS 1 One Set Special tools for maintenance of each pump 9 0 INSPECTION amp TESTS a The plant and materials may be subjected to inspection during manufacture at the purchaser s discretion but such inspection shall not relieve the supplier of his responsibility to ensure that the equipment supplied is free from all manufacturing and other defects and conform to correct specifications The supplier will be notified in advance if it is intended to inspect plant amp materials b Except where otherwise agreed the test called for in this specification shall be carried out in the presence of the purchaser or his representative appointed for the purpose and to his satisfaction All appliances apparatus labor etc necessary for the test shall be provided by the supplier at his cost c Pre dispatch inspection will be carried out by OIL at the works of the manufacturer The complete unit mounted on the skid would be inspected by OIL s engineer The unit would be load tested at rated pressure and capacity at supplier s factory before dispatch Accordingly supplier should inform us well in advance All tests are to be performed as per ISO 10000 quality products 10 0 MATERIAL TESTS CERTIFICATES The supplier shall sub
14. d with an adjustable price will be treated as non responsive and rejected ii Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value For exemption for submission of Performance Bank Guarantee please refer relevant para of General Terms and Conditions vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of despatch whichever is earlier Bidder must confirm the same in their bid Offers not complying with this clause will be rejected The validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL iii The Bank Guarantee should be allowed to be encashed at all branches within India iv Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered v Validity of the bid shall be minimum 120 days from the Bid Closing Date Bids with lesser validity will be rejected vi Bids containing incorrect statement will be rejected vii All the Bids must be Digitally Signed using
15. e Kolkata 700 001 only Application shall be accepted only upto one week prior to Bid Closing Date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of authorisation On receipt of requisite tender fee USER_ID and 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 os rit 8 oO OIL INDIA LIMITED A Government of India Enterprise Li 4 India Exchange Place 4 floor Kolkata 700001 West Bengal India TELEPHONE NO 033 2230 1657 58 59 FAX NO 91 033 2230 2596 Email oilcalmn oilindia in ANNEXURE I Tender No amp Date SKI 1103 P14 DATED 12 09 2013 Performance Guarantee Applicable OIL INDIA LIMITED invites Indigenous tenders for items detailed below TECHNICAL SPECIFICATIONS WITH QUANTITY SLNO ee as MATERIAL DESCRIPTION QUANTITY UNIT CODE NO 10 FLP ELECTRIC MOTOR DRIVEN e CHARGING RECIRCULATION 15 lt 6 ocoo04s1 PROGRSSIVE CAVITY SCREW PUMP SETS 20 Installation amp Commissioning 1 AU Details Speci
16. e remote start stop capability with push button station near the motor However one local remote selector switch shall also be provided in the starter so that the pump can be started in local mode if required Push button station is not included in the scope of supply VI Starter shall have adequate nos of potential free NO NC contacts for interlocking instrumentation VII Starter shall have Type 2 Co ordination breaking capacity 50 kA at 415 V 3 phase 50 Hz as per Standards IEC 60947 4 1 IS 13947 Part 4 Sec 1 EN 60947 4 1 VIII Protection The starter shall have the following minimum but not limited to protections a Short Circuit in built in the MCCB b Overload through Thermal bi metallic overload relay c Earth leakage EL protection shall be provided with separate CBCT amp ELR The EL relay shall have indication LEDs test push button reset push button and shall be duly wired up to trip starter in case of earth leakage IX Metering amp indication The panel shall have meters and indication for the following information HRC Instrument Fuse Holders with suitably rated HRC fuses shall be used for the circuitry a Motor current through Y phase only in single phase digital ammeter with properly rated CT b Indications LED type indicating lamps with complete fittings with legend plate for Motor On Motor Off Motor Trip on Fault X Control cable size shall be 2 5 mm2 for CT circuits 1 5 mm2 for others Cable t
17. el b The entire metal work shall be treated with minimum nine tank anti rust anti corrosion treatment as per IS and then powder coated in DA Grey color Painting thickness shall be minimum 50 micron c Internal earthing shall be provided for all equipment having earthing terminal and panel doors with suitably rated PVC insulated flexible copper earth wires or copper braids of suitable rating as per IS Earthing terminals of the components oe shall be suitably connected to an earth bus inside the panel The earth bus shall be connected to the panel at two places with suitable GI hardware Double earthing studs on two sides both inside and outside complete with suitably sized zinc plated amp passivated double nuts and spring washers shall be provided on the panel d The size of the panel shall not be more than 400mm W x 400mm D x 600mm H Total height of the starter including stand shall not exceed 1200 mm e The frame of the panel shall be sufficiently strong welded structure of suitably sized MS angle channel of sufficient strength with vibration dampers The frame shall be mounted on a bottom structure made from suitably sized MS channel with provision for grouting f Panel shall be designed for Ambient of 45 C Max 5 C Min and Humidity 95 Max g Panel shall conform to IS 8623 and IS 13947 IV Bus bars bus links of main power connections shall be 100 A or above tinned copper bars V The starter control shall hav
18. erminals shall be provided with suitably sized crimping lugs All cables shall be 660 1100 V graded PVC insulated multistranded FR copper cable CT wiring shall be terminated with ring type lugs Wires shall be properly marked with coloured and numbered ferrules All wires shall have ferrule numbers for proper identification XI Tinned copper brought out terminals shall be provided for all cable connections including terminals for remote push buttons and shall be supplied with tinned copper crimping lugs for each conductor of all cables 6 XII Legend plates engraved aluminium riveted for the indication lamps meters control switches buttons and labels for the terminals shall be provided XIII Sufficient space shall be provided in the starter for cable termination dressing and connecting cable leads to the brought out terminals XIV Suitable cable entry arrangement with detachable gland plates and adequate nos of single compression heavy duty nickel plated brass SS glands shall be provided for terminating of 1 no incoming and 2 nos outgoing gland sizes as per capacity of motor rating 4 core PVCA aluminium cables including cables for remote push buttons 3x2 5 sq mm PVCA Cu All cable entries shall be from bottom and detachable gland plate for all cable entries shall be at a min height of 450 mm from floor level The sides of the cable entry box shall be parallel and not tapered B Components I Incomer MCCB rating shall be
19. f manufacturer frame size rated voltage rated output current frequency type of duty class of insulation no of phases speed in rpm at rated output degree of protection winding connections ambient temp bearing sizes lubricant lubrication material and year of manufacture CIMFR or other certifying authority certification details DGMS approval details Aes DGMS logo on a separate metal plate duly riveted on the motor body at a conspicuous place Paint f Two coats of DA grey paint Ref BIS IS 325 IS 2148 IS 5572 IS 9570 with latest amendments Make Bharat Bijlee Crompton Greaves KEC Siemens NGEF 2 2 GENERAL NOTES ON MOTOR 1 Motor shall be tested as per BIS and routine and type test certificates shall be furnished with the supply The CIMFR certificate no and DGMS approval no shall be affixed or embossed on each piece of equipment 2 The FLP motor and the FLP gland s must be suitable for installation in Zone 1 area and Group IIA and IIB type gas of oil mines These must be certified by CIMFR Central Institute of Mining and Fuel Research or any government approved NABL accredited test laboratory The FLP motor MUST BE approved by Director General of Mines Safety DGMS Govt of India Copies of certification for the motor as well as the glands and valid DGMS APPROVAL for the motor must be furnished with the offer 3 The motor s shall be guaranteed for 1 one year from the date of supply Guarantee cards shall
20. fication Item 10 FLP ELECTRIC MOTOR DRIVEN CHARGING RECIRCULATION PROGRSSIVE CAVITY PUMPSETS FOR VARIOUS OCSs 1 0 PUMP 1 1 Type Positive Displacement Screw Pump Progressive cavity pump Payee 1 2 Service Continuous 1 3 1 4 1 5 1 6 1 7 1 8 1 9 1 10 1 12 1 13 NOTE Continuous duty means pump having service operation on full load for a period of 8 hours to 24 hours per day Maximum Capacity 25 CuM hour Maximum Working Pressure 6kg cm2 Mechanical Efficiency 60 Min Volumetric Efficiency 90 Min Suction Condition Flooded Suction Pumping Temperature 30 70 Deg C NPSH R Mts 4 0 Mtr Liquid to be handled Crude oil with following characteristics a Viscosity 10 70 cps at 30 Deg C b Water content 0 80 c Salinity 2000 4500 PPM d PH 7 0 7 5 e API Gravity at 60 Deg F 30 f Sand Particle Traces Construction Features Pump Casing Cast Iron as per IS 210 FG 220 Bearing Housing Cast Iron as per IS 210 FG 220 Stator Hi Nitrile Black NEMOLAST S61T Rotor Stainless Steel AISI 316 HCP Shaft AISI 316 HCP Suction Size 100mm Top Delivery Size 100mm End 1 14 Type of Drive Directly Coupled Suitable flexible coupling should be fitted on the shaft so that it can be directly coupled with the existing motor The pump should be suitable for running in both the direction for flushing the pump Provision for limit switch device pump body mounted should be provided at the suction side amp
21. her the Pre dispatch inspection of the Pump packages shall include Full Load Performance test of the Pump Sets YES NO Order Ref Dated OIL s Tender No Signed For amp behalf of Designation Payment Payment shall be made to the supplier as follows a 70 of the cost of the equipment shall be paid against dispatch documents of the main equipment provided the DGMS approval copy for all field instruments are submitted along with the dispatch documents The DGMS approval copy has to be valid for a period of minimum six months from the date of dispatch of the respective item Balance 30 of the equipment cost along with the commissioning charges shall be paid after successful commissioning of the entire equipment b If any item is dispatched with DGMS field trial permission copy then only 50 payment with respect to value of that item will be released on delivery of that item and the remaining amount will be paid only after providing the valid DGMS approval against that particular item Balance 50 of material value along with the installation and commissioning charges if any to be released only after successful commissioning and after obtaining DGMS Certificate of the equipment A system will be considered as
22. ia 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 Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure II However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM CALCUTTA E 01 2010 for E procurement LCB Tenders to General Terms and Conditions for Indigenous E Tender elsewhere those in the BEC BRC shall prevail 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 toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected Yours Faithfully Sd Dulal Bhattacherjee Sr Manager Materials For Chief Manager Materials For Head Calcutta Branch TENDER COVERING LETTER 4
23. ifying materials of construction and constructional features of the offered pump and technical literatures of all ancillary equipment ii Performance chart of the pump including all technical calculations such as horse power volumetric efficiency mechanical efficiency RPM NPSH requirement etc iii Technical calculation for offering the electric motor and starter with respect to the pump offered iv Complete technical details of pumps electric motor starter coupling etc v A schematic layout of the master skid showing the electric motor pump and all other components of the pump set vi A declaration from the supplier that the spare parts will be available with them for any emergency purchase or regular consumption of spares for at least 10 Ten years after placing the formal order vii For foundation design during installation of the complete pump set the following information are to be supplied a Dynamic load b Static load c Unbalanced load II The following documents shall have to be forwarded within a month of issue of LOI or placement of firm order Foundation diagram for the complete pump set indicating the static and dynamic loads of the package 9 GA and dimensional drawing of all equipment Power and control circuit diagrams of the starter panel BOM of the starter panel II The following documents must be forwarded along with the supply of equipment i Certified test results ii Certificate of hydrostati
24. internal bi directional fan of motor Suitable for 45 Deg C max 5 Deg C min 150 m Alt 95 RH Motor shall be suitable for 415 10 volts 3 Phase 50 cycles AC supply and should withstand high voltage fluctuation 50 Hz 3 Three To match driven load Duty Continuous S1 Horizontal foot mounted Ball Roller bearing at DE amp NDE Direct Coupled Bi directional Starting DOL for motors up to 12 5 HP YD for motor above 12 5 HP including supply of applicable starter 15 Starts Hr FLP Cable termination box with brought out terminals suitable for terminating PVCA aluminium cables of proper size as per rating of motor and cable entry holes 01 no for DOL 02 nos for YD starter The brought out terminals shall be of brass and mounted on non hygroscopic insulation FRP or DMC suitable for tropical climate Adequate nos depending on type of starter of FLP weatherproof heavy duty nickel plated brass SS glands shall be supplied with the motor The FLP glands shall be suitable for installation in Zone 1 Hazardous area of oil mines and Group IIA and IIB type gas The glands shall be certified by CIMFR Central Institute of Mining and Fuel Research or any government approved NABL accredited test laboratory Two nos of earthing studs to be provided on the motor body Earthing system for the motor shall be as per the IS 3043 One no lifting hook shall be provided for lifting the motor Name plate details with name o
25. l Technical details of the Motor Copies of CIMFR etc certificates and valid DGMS approvals for flameproof items List of recommended spares for two years All test certificates Guarantee Certificates 8 5 One laminated copy of the approved power amp control circuit drawing shall be pasted inside of the front door of the Starter Control Panel 2 5 TRANSPORTATION During transportation all electrical equipment are to be suitably packed to avoid water ingress and transit damage 3 0 DRIVE ARRANGEMENT Pump directly coupled with motor through love joy flexible coupling Type amp model of the coupling should be supplied along with the offer 4 0 OPERATING SITE CONDITIONS The pump set should be suitable for operation at the following conditions Ambient Air temperature Max 41 degree C Ambient Air temperature Min 6 degree C Maximum relative humidity at 41 degree C 70 Altitude above sea level 150 m Average annual rainfall 350 cm 5 0 SKID All items detailed in Para 1 2 are to be coupled with love joy coupling amp be mounted on a oil field type 2 runner skid The size of the skid should be rigid to withstand vibration of the unit and large enough to provide sufficient working space around the pump set The skid should be suitable for self loading purpose 6 0 Certificates and Documents to be forwarded I The following documents should be forwarded along with the quotations i Product line catalogue spec
26. mit for approval particulars of all test pieces proposed to be taken from the castings or forging subjected to high pressure and also of highly stressed parts The purchaser will state whether he intends to witness the tests on such pieces or is prepared to accept the supplier s test certificates 1 QO Hydraulic tests Before being dispatched from the suppliers works all castings forging and valve shall be hydraulically tested to at least twice their normal working pressure fora period of 30 minutes and certificate thereof should be made available to the purchaser 11 0 PACKING PAINTING AND PROTECTION Packing shall be sufficiently robust to withstand rough handling during shipment and up country journey All items shall have their respective identification letters or numbers painted on them and they shall be suitably packed to provide ease of handling and storage and maximum protection during transport and storage period Crates and boxes shall have a list of items contained therein secured to the exterior by piece of an enveloping piece tin sheet nailed to the wood A duplicate list shall also be included inside with the contents sling points shall be clearly indicated on the crates Internal parts shall be sprayed with an inhibitor water splitting preservative and all openings shall be covered with masking tape to prevent ingress of water COMMISSIONING The pump sets shall have to be commissioned at site by competent personnel depu
27. mp sets are supplied and with certificates that these are running satisfactorily at the time of submission of the offer e The bidder must have after sales service facility and must submit bases of service center with list of service personals to attend the equipment in case of breakdown provision of supply of spares etc f The bidder must undertake the equipment to be supplied are not obsolete for next 10 years and provision for supplying spares of the equipment to be continued The bidder who are not supplying the above information will be rejected and no further correspondence will be made B COMMERCIAL i Bid security of Rs 41 000 00 shall be submitted manually in sealed envelope superscribed with BID SECURITY AGAINST Tender no SKI 1103P14 Head Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata 700001_ only PAX on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned amount is not received within bid closing date the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer relevant para of General Terms and Conditions vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders The Bid Security shall be valid for six month from the date of bid opening i The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitte
28. oklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders Technical specifications with BEC BRC and Qty as per ANNEXURE II The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents 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 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 India Limited Bidder are advised to fill up the Technical bid CHECK LIST and RESPONSE SHEET given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial cap
29. r will be considered as non responsive and rejected a The bidder should be an OEM of pump b The Bidder other than OEM must be an authorized dealer of OEM of pump If the bidder is an authorized dealer of pump necessary documentary certificates from the OEM must be submitted along with the offer The purchase documents from the OEM must be submitted along with the supply of pump sets The bidder must furnish the following undertaking from the OEM Date of manufacture make model test certificate literatures and part books of the pump will be supplied if order is placed on us c The bidder must purchase the Electric motor from the OEM or authorized dealer of OEM of Electric motor Necessary documentary certificates from the OEM or authorized dealer of OEM of Electric motor must be submitted along with the offer The purchase documents from the OEM or the authorized dealer must be submitted along with the supply of pump sets The bidder must furnish the following undertaking from the OEM or authorized dealer Date of manufacture make model test certificate literatures and part books of the Electric motor will be supplied if order is placed on us d The bidder must furnish the experience certificate that he had successfully executed at least one purchase order of similar type of pump set in last 5 years from the bid openning date Stating the following information i Capacity of each supplied pump set ii The name of clients to whom these pu
30. ted by the bidder for the same OIL shall provide necessary local transportation within its operational area for the commissioning personnel to and from site 12 0 AFTER SALES SERVICE The nature of after sales services which can be provided by the supplier during initial commissioning as also in subsequent operation should be clearly stated It should be confirmed that spares for the engine pump and its accessories offered would be available for at least 10 years after delivery of the material 13 0 DATA SHEET A DATA SHEET PUMP MAKE MODEL PUMP TYPE SERVICE LIQUID HANDLED OFFERED RATED SPEED OFFERED RATED PRESSURE DISCHARGE VOLUME OFFERED SPEED Vol Effi 93 APPROX HP REQUIREMENT AS PER NIT PARAMETERS NPSH REQUIRED PUMPING TEMPERATURE COUPLING TYPE MATERIAL OF CONSTRUCTION PUMP CASING BEARING HOUSING ROTOR ll STATOR SHAFT B DATA SHEET MOTOR MAKE MODEL TYPE RATED SPEED REFERENCE OF STANDARDS MOTOR RATING KW NUMBER OF PHASES TYPE OF ENCLOSURE POWER INPUT TO PUMP AT DUTY POINT KW METHOD OF STARTING BEARING TYPE AT POWER END BEARING TYPE AT NON DRIVE END METHOD OF COOLING DUTY TYPE OF CONSTRUCTION CLASS OF INSULATION UNIDIRECTIONAL OR BIDIRECTIONAL ROTATION SYSTEM OF EARTHING C DATA SHEET STARTER STARTER COMPONENTS MCCB CONTACTORS OVERLOAD RELAY CBCT EARTH LEAKAGE RELAY TRANSFORMER RCBO INDICATION LAMPS ETC DETAILS MAKE MODEL RATING ETC 14 0 TECHNICAL CHECK
31. the offer will be summarily rejected Standard Notes A The original bid security Amount is mentioned above and also in Basic Data of the tender in OIL s e portal should reach us before bid closing date and time Bid without original Bid Security will be rejected The bidders who are exempted from submitting the Bid Bond should attach documentary evidence in the Collaboration folder as per General Terms and conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application only 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 The bid signed using other than Class 3 digital certificate will be liable for rejection General Terms amp Conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders Offers should be valid for minimum 120 days from the date of Technical Bid closing Date failing which offer shall be rejected 16 OIL INDIA LIMITED A Government of India Enterprises E 4 India Exchange Place Kolkata 1 TELEPHONE NO 033 222301657 FAX NO 033 22302596 Email oilcalmn dataone in oilcalmn oilindia in FORWARDING LETTER Tender No amp Date SKI1103P14 DATE 12 09 2013 Tender Fee

Download Pdf Manuals

image

Related Search

Related Contents

Fujitsu ESPRIMO P400 E85+  Omega Speaker Systems PCI-DAS1001 User's Manual  DuoPrint Serie  INSTRUCTIONS DE MONTAGE ET MODE D`EMPLOI  Graco Catalogue  2.2 Installazione di una Display Controller Barco  Handleiding SOLIDDIGITAL  Dossier Réverbèr mars 2011  P3020 : Apprendre à faire apprendre en classe d`accueil  100-871 気圧センサ PS-2113  

Copyright © All rights reserved.
Failed to retrieve file