Home
SKI7656P16 - Oil India Limited
Contents
1. OIL INDIA LIMITED A Government of India Enterprises 4 India Exchange Place Kolkata 1 TELEPHONE NO 033 22301657 FAX NO 033 22302596 Email oilcalmn oilindia in FORWARDING LETTER Tender No amp Date SKI7656P16 Date 25 06 2015 Tender Fee Rs 1 000 00 Bid Securitv Amount Rs 1 30 400 00 Bidding Type Single Stage Two Bid Bid Closing on f 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 f Applicable Delivery Required At DULIAJAN ASSAM OIL invites Bids for 1 no Diesel Engine Driven Centrifugal Pump set of Capacity 500 M3 HR Minimum along with Installation amp Commissioning 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 opening 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 1 Details of Items with Quantity and Unit of measure are as under SL NO MATERIAL DESCRIPTION QUANTITY UNIT 10 DIESEL ENGINE DRIVEN CENTRIFUGAL SUPPLY INSTALLATION amp COMMISSIONING OF PUMPSET FOR 4MG
2. DISPLACEMENT BORE X STROKE A LENGTH X WIDTH X HEIGHT RATED SPEED COMPRESSION RATIO GROSS HP AT RATED RPM DEDUCTION FOR FAN ALTITUDE TEMPR NET HP AVAILABLE AT RATED RPM SPECIFIC FUEL CONSUMPTION AT 110 LOAD 100 LOAD 75 LOAD 50 LOAD LUBRICATING OIL CONSUMPTION LT HR MAKE OF STARTER MAKE OF CHARGING ALTERNATOR MAKE OF BATTERY ii PUMP MAKE MODEL TYPE STAGE CAPACITV HEAD i DUTV SPEED NEGATIVE SUCTION HEAD EFFICIENCY HHP REQUIREMENT AT RATED CONDITIONS iii MISCELLANEOUS ITEMS MAKE OF CLUTCH PTO MODEL OF CLUTCH PTO MAKE OF COUPLING MODEL OF COUPLING MAKE OF DELIVERY PRESSURE GUAGE RATING OF DELIVERY PRESSURE GUAGE 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 else
3. 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 substantiallv responsive to the bid in everv respect will be at the bidders risk and mav result in rejection of its offer without seeking any clarifications 5 0 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 Authority of India RCAI Controller of Certifying Authorities CCA of India 6 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 7 0 Bid must be submitted electronically only through OI
4. RPM viii Negative suction head required NPSHR 5 M max ix Efficiency at duty point 70 minimum x Suction To be indicated by supplier xi Delivery To be indicated by supplier xii Liquid to be handled Filtered water as per BIS 10500 1991 Characteristics Desirable limit as per Bureau of Indian Standards Appearance Clear Odour Unobjectionable Turbidity 5 NTU max pH 6 5 to 8 5 Total Hardness as CaCO3 300 0 mg I max Iron as Cl 0 3 mg l max Chloride as Cl 250 0 mg I max Total dissolved solids 500 mg I max Alakalinitv as CaCO3 200 mg I max Oil and grease 0 01 mg I max N B The bidder to confirm the followings i The Pump should conform to specifications laid down in IS 6595 Part 2 1993 ii Performance Test in accordance with IS 9137 iii The impeller design should be such that delivery head of 200 M is obtained even with 5 meters max negative suction head iv At 150 of rated flow head should not be less than 65 of rated head v Pump shut off head should not exceed 140 of rated head vi Packing Mechanical Seal preferably of make ChemSeals Eagle Burgmann vii Suction amp Delivery Ends Flanged Ends Il CONSTRUCTIONAL FEATURES 1 Casing Grade FG200 of IS210 1978 2 Impeller Grade FG200 of 1S210 1978 or LTB2 of 1S318 1981 3 Casting Ring Grade FG200 of IS210 1978 or LTB2 of IS318 1981 and impeller ring if provided 4 Shaft sleeve Grade LTB
5. e Unpriced bid The Unpriced Bid shall contain all techno commercial details except the prices which shall be kept blank The Price Bid must contain the price schedule and the bidder s commercial terms and conditions OIL INDIA LIMITED A Government of India Enterprise 4 India Exchange Place 4 floor Kolkata 700001 West Bengal India TELEPHONE NO 033 2230 1657 58 59 FAX NO 033 2230 2596 Email oilcalmn oilindia in ANNEXURE II Tender No amp Date SKI7656P 16 08 Dated 25 06 2015 OIL INDIA LIMITED invites Indigenous tenders for items detailed below TECHNICAL SPECIFICATIONS WITH QUANTITY SI No MATERIAL DESCRIPTION QUANTITY UNIT amp MATERIAL CODE NO SUPPLY OF CENTRIFUGAL PUMPSET 10 ea DIESEL ENGINE DRIVEN 1 NO 0C000452 CENTRIFUGAL PUMPSET FOR 4MGD WIP CAPACITY 500 M3 HR MINIMUM 20 INSTALLATION amp COMMISSIONING 01 AU Details Specification for Item 10 DIESEL ENGINE DRIVEN CENTRIFUGAL PUMPSET FOR 4MGD WATER TREATMENT PLANT CAPACITY 500 M3 HR MINIMUM UNIT CONSISTS OF PRIMEMOVER DIESEL ENGINE PTO POWER TAKE OFF CLUTCH AND PUMP CENRTIFUGAL ON OILFIELD TYPE SKID WITH THE FOLLOWING DETAILS A PUMP I SPECIFICATIONS i Type Horizontal Split Casing ii Stage Single Double Stage iii Capacity 500M3 Hr minimum iv Rated Head 200 M minimum v Duty Continuous vi Application Water Transfer Pump vii Speed 1500
6. 2 of IS 818 1981 or chrome steel 07 Cr 17 of if provided IS 1570 Part 5 1985 5 Shaft Grade 40C of IS1570 PART2 SEC1 1979 N B i The improved grade of materials with higher metallurgy used for construction of each component over specified one will be also accepted ii The bidder to confirm that the certificate of MOC for the above items will be provided along with the supply of materials B DIESEL ENGINE The engine should be a four stroke multi cylinder naturally aspirated turbo charged radiator cooled diesel engine conforming to ISO 3046 IS 10000 BS 5514 specifications rated for continuous power capable of developing 10 to 25 more power than net minimum BHP requirement of the pump input when running at 1500 rpm at the conditions given below Maximum temperature 45 C Minimum temperature 75 C Maximum relative humidity at 35 C 95 Maximum altitude above mean sea level 150M With HSD conforming to IS 1593 1982 and having the following specifications Cetane Number 42 5 Gross calorific value 19480 BTU CFT The engine should comprise of the following sub systems COOLING SYSTEM preferably comprising of i Engine driven water pump Engine mounted ii Heavy Duty Radiator having capacity at least 20 in excess of total heat rejection of the engine with Blower Fan iii Thermostat installed in Engine Coolant Outlet iv Corrosion inhibitor v Spin on filter for coolant Il AIR INTAKE SYSTEM pre
7. 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 X INTEGRITY PACT OIL shall be entering into an Integrity Pact with the bidders as per format enclosed with the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid C GENERAL i The Compliance statement must be filled up by bidders and to be submitted uploaded along with their bids In case bidder takes exception to any clause of the bidding document not covered under BEC BRC then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw modify the deviation when as advised by Company The loading so done by the company will be final and binding on the bidders If any of the clauses in the BRC contradicts with other clause
8. D WTP OF FIELD ENGINEERING DEPARTMENT 1 NO CAPACITY 500 M3 HR MINIMUM Details as per Annexure Il The tender will be governed bv a b c d e General Terms amp Conditions for e Procurement as per Booklet 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
9. GINE CONFORMS EITHER TO ISO3046 BS5514 1S10000 SPECIFICATIONS YES NO 7 WHETHER THE NET HP OF THE ENGINE IS AT LEAST 10 TO 25 MORE THAN THE NET MINIMUM BHP REQUIREMENT OF THE PUMP INPUT WHEN RUNNING AT 1500 RPM VES NO 8 WHETHER THE ENGINE IS RATED FOR CONTINUOUS POWER VES NO 9 WHETHER THE ENGINE STARTING IS AN ELECTRIC START SVSTEM VES NO 10 WHETHER A PRIMING SVSTEM HAS BEEN INCLUDED IN THE SCOPE OF SUPPLY TO FACILITATE STARTING OF THE MAIN CENTRIFUGAL PUMP YES NO 11 WHETHER ACCESSORIES AS DETAILED IN THE SPECIFICATIONS PUMP HAVE BEEN INCLUDED IN THE SCOPE OF SUPPLY YES NO 12 WHETHER A COUPLING SET HAS BEEN INCORPORATED IN THE TRANSMISSION YES NO 13 WHETHER GUARDS SHALL BE PROVIDED OVER COUPLING AND BELT DRIVES AND WHETHER THE FLOOR OF THE THREE RUNNER SKID SHALL BE COVERED BY CHECKERED PLATES YES NO 14 WHETHER FILLED IN DATA SHEET HAS BEEN SUBMITTED YES NO 15 WHETHER SPARES SHALL BE AVAILABLE FOR 10 YEARS AFTER SUPPLY OF EQUIPMENT YES NO 16 WHETHER SEPERATELY HIGHLIGHTED ANY DEVIATION FROM THE TECHNICAL SPECIFICATION YES NO 17 WHETHER THE UNITISED PUMP SETS WILL BE OFFERED FOR PRE DISPATCH INSPECTION YES NO 18 WHETHER COMMISSIONING OF THE PUMP SETS IS INCLUDED IN THE SCOPE OF THE OFFER YES NO 19 WHETHER SPECIAL TOOLS AND COMMISSIONING SPARES IF ANY REQUIRED FOR THE PUMP SET HAVE BEEN INCLUDED IN THE SCOPE OF SUPPLY YES NO DATA SHEETS i ENGINE MAKE MODEL l NUMBER OF CVLINDERS ASPIRATION
10. L s e procurement portal Bid submitted in any other form will be rejected 8 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure I 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 9 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 toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 10 eee NOTE 1 Bidders should submit their bids explicitly mentioning compliance non compliance to all the NIT terms and conditions 2 PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender a 3 Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Please note that no price details should be furnished in the Technical i
11. cal details of the auto priming svstem along with its power flow diagram VIII The bidder must confirm that the following ACCESSORIES are to be supplied along with the pump set a 150 Class butterfiv valves with companion flanges and other accessories for the Suction 1 No amp Discharge 1 No connections b 150 Class Foot valve for the Suction Connection amp Non Return Valve for the Delivery Connection c Pressure Gauge rating Upto 20kg cm2 d Matching set of Companion Flanges amp accessories for the Suction amp Discharge Connections of the Pump e One complete set of Coupling with finished bore f Bearings DE amp NDE Two sets each g Gland Packing Four 4 sets or Mechanical Seals four sets Depending upon type of pump h Necessary foundation bolts for the pumpset to be installed amp commissioned i Suction and Delivery flexible hoses with matching end connections N B The accessories such as butterfly valves coupling set bearings pressure gauges etc should be of reputed make conventionally used for similar applications IX The bidder must confirm that the pump set shall be supplied in unitized condition with all components and accessories fitted and mounted on an oilfield type three runner portable master skid and should be ready for operation after carrying out initial servicing and making provision for fuel While unitizing the pump set easv approach to various components for maintenance aspects sho
12. ers of 500 M3 Hr Capacity and 200 M minimum Rated Head at duty point with 5M max negative suction head respectively In this regard printed technical leaflet literature catalogue from OEM must be enclosed with the offer 1 3 The bidder should be an Original Equipment Manufacturer OEM of the pump or an Authorized Dealer of OEM pump or an OEM pump approved assembler In this regard the bidder other than OEM of the pump must submit the valid documentary evidence from their OEM along with the offer 1 4 The bidder has to purchase the engine from an OEM of engine or their Authorized Dealer In this regard documentary evidence from an OEM of engine or their Authorized Dealer must be enclosed with the offer 1 5 The bidder should have experience of successfully executing at least one similar order for Rs 39 12 lacs during last 03 years as on bid closing date to companies under the Government Semi Government Public sector undertakings or Public Limited companies Documentarv evidence as per following note must be submitted along with the offer failing which the offer will be rejected Note 1 5 1 Similar Order means Order for supply installation 8 commissioning of centrifugal pump pumpset with auto priming system of capacity 200 ki hr min or above in Govt Semi Govt organizations PSU amp Public Limited Company 1 5 2 In support of documentary evidence the bidder must submit any one of the following documents photocopies attested
13. essful 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 The Bank Guarantee should be allowed to be encashed at all branches within India 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 Validity of the bid shall be minimum 120 days from the Bid Closing Date Bids with lesser validity will be rejected Bids containing incorrect statement will be rejected All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed
14. f 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 ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE Alternatively applicants already having User ID amp Password for OIL s e portal can pay the requisite tender fee and bid security against this tender through the online payment gateway On receipt of request from applicants who do not have USER ID and initial PASSWORD it will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal on payment of requisite tender fees No physical tender documents will be provided USER_ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE PSU s and SSI units registered with NSIC claiming exemption from payment of tender fee should submit their request with all credentials at least 7 days prior to bid closing date for participation in the tender 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
15. ferably comprising of i Air intake manifold Engine mounted ii Dry Type Intake Air Filter Engine mounted iii Vacuum indicator f Mounted on Intake Piping Ill STARTING SYSTEM preferably comprising of i 24V DC electric starter Make LUCAS TVS DELCO REMY ii 24V DC battery charging alternator Make LUCAS TVS iii Two nos maintenance free batteries of 12V 180AH min capacity of reputed make like Exide Cummins etc IV EXHAUST SYSTEM preferably comprising of i Turbocharger Engine mounted In case Turbo Charged Engine is offered ii Water Cooled Exhaust Manifold iii Exhaust Silencer f Residential type with Spark Arrestor iv Flexible Connections V FUEL SYSTEM comprising of i Engine mounted fuel pump ii Fuel filter Paper Element Engine mounted iii Mechanical Hydraulic Governor iv Fuel Injectors v Wire Braided Hoses between Filter amp Fuel Pump vi Wire Braided Flexible Hoses for fuel supply and return to Diesel Tank vii Check Non Return Valves in fuel supply and drain lines viii Fuel tank built within the oil field skid base frame complete with drain valve air vent inlet and outlet connection N B The fuel tank should be fabricated from 14 SWG MS Sheet and should be large enough to hold fuel for at least 8 hours continuous operation of the engine on full load VI LUBRICATING SYSTEM comprising of i Lubricating Oil Sump ii Engine mounted lube oil pump Gear Driven iii Engine mou
16. gt Tender Documents The above filled up document to be uploaded in the Technical RFX Response 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 documentary 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 successful execution of at least one similar order for Rs 39 12 lakhs during last 3 three years as on bid closing date to companies under the Government Semi Government Public sector undertakings or Public Limited Companies 2 0 3 0 4 0 b Annual financial turnover of the firm in anv of the last 3 financial vears or current financial vear should not be less than 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 SKI7656P16 dated 25 06 2015 for easy identification and timely issue o
17. gues i Gross HP developed at 1500 RPM ii Deduction for blower fan and other ancillary equipment iii Net HP developed at 1500 RPM iv Specific fuel consumption at rated power as well as 110 75 and 50 of rated load Ill The engine shall be tested at Manufacturer s works by the supplier and relevant test certificate in this regard has to be submitted OIL may depute representatives to oversee the testing of the engine at manufacturer s work IV Engine amp pump must be new and in unused condition No reconstructed rebuilt items will be acceptable V Performance chart of the centrifugal pump at Duty Point as well as 1 5 times discharge indicating capacity head efficiency size of impeller etc All technical calculations for BHP NPSH requirement etc should be forwarded along with the offer VI A suitably selected and rated Clutch Power Take Off Unit make Ghatge Patil and suitable Coupling should be incorporated in the transmission system to couple the diesel engine with the centrifugal pump and for transfer of power Non sparking coupling guard should be provided over the above coupling VII Auto Priming System should be provided along with the main centrifugal pump to assist the centrifugal pump during start up The Priming Svstem should be powered bv the same diesel engine which drives the main centrifugal pump through a provision of an additional belt and pullev combination The bidder must submit the printed techni
18. ia Limited 4 India Exchange Place Kolkata 700001 only 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 In lieu Bid Security of Rs 1 30 400 00 can also be paid online through our e procurement portal as per procedure given in user manual in OIL s e procurement portal ii vi vii viii ix 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 180 days more than the Bid validity i e for 300 days from the date of bid opening Bidders must confirm that Goods materials or plant s to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed for a period of twelve months from the date of successful commissioning against any defects arising from faulty materials workmanship or design Defective goods materials or parts rejected by OIL shall be replaced immediately by the supplier at the suppliers expenses and no extra cost to OIL 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 Succ
19. long with the pump set All tools should be non sparking type XV The supplier must forward the layout diagram of the pumpset to be installed and commissioned The detailed engineering drawing of foundation for the pumpset must include all the dimensions as well as compositions of concrete with all standards dimension ratios etc All the above must be sent to OIL at least one 01 month ahead of the supply of pumpset D INSPECTION AND TESTING The pump set with Engine in unitized condition shall be inspected by OIL s deputed engineer at manufacturer s works factory prior to dispatch However such inspection will not relieve the supplier of his responsibility to ensure that the equipment supplied conforms to the correct specifications and is free from manufacturing and all other defects Performance test of the pump shall have to be carried out at the manufacturer s facility in accordance with IS 9137 The inspection shall include performance full load test as well as NPSH test of the pump in unitized condition with the offered engine in presence of OIL s deputed representative The pump sets shall be cleared for dispatch only after satisfactorily carrying out the tests specified above Test certificates in respect of pump and engine shall have to be forwarded along with delivery of material N B i Charges for carrying out the above tests at the manufacture s facility should be included in the purview of the offer ii The to am
20. nted Lubricating Oil Cooler Water cooled ff integral with Engine coolant circuit iv Lubricating Oil Filter Paper Element f Engine mounted V Oil Filler Tube with cap and Lube Oil Dipstick Oil Level Check f Engine mounted VII INSTRUMENT PANEL Engine mounted comprising of i Digital Tachometer amp Hour Meter ii Lube Oil Pressure Indicator iii Water Temperature Indicator iv Emergency Shut Down Knob Vill SAFETY CONTROLS Safety control devices to protect the engine against the following occurrences should be provided i Low lube oil pressure ii High water temperature iii Over speed IX OTHER FEATURES i Vibration Dampener ii Flywheel suitable for the selected clutch PTO iii Flywheel Housing iv Front amp Rear Engine support v Lifting Eyes vi Crank Case Breather vii SAE standard rotation viii Suitable Hand Throttle Control ix Non sparking guards over blower fan belt drive and water pump belt drive C GENERAL NOTES l The engine should conform to either ISO 3046 BS 5514 IS10000 specifications and should be rated for continuous power with an over load power rating of 110 of the continuous power corresponding to engine application for a period of 1 hr within a period of 12 hrs of operation Make Cummins Caterpillar Wauksha Kirloskar Greaves or equivalent reputed make Il The bidder must submit the following information along with relevant performance rating curves and engine product catalo
21. p fro boarding and lodging expenses for OIL officials shall be borne by OIL E COMMISSIONING The pump sets shall have to be commissioned by competent personnel from the respective OEM s of the Pump amp Engine deputed by the bidder for the same OIL shall provide necessary welding set for of the pumpset at site F WARRANTY The warranty period for the engine pump and all ancillary equipment should be a minimum of 18 months from the date of dispatch shipment of 12 months from the date of commissioning G AFTER SALES SERVICE The bidder should ensure after sales service during initial commissioning and also subsequently Bidders should also confirm that spares both regular consumable ones as well as vital insurance spares for engine pump and all accessories quoted shall be available for at least 10 years after the delivery of the material H TECHNICAL CHECK LIST SL NO REQUIREMENT COMPLIANCE 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 APPROVED ASSEMBLER OF PUMP SETS AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED YES NO 4 WHETHER THE OFFERED PUMP IS A HORIZONTAL SPLIT TYPE CENTRIFUGAL PUMP CONFORMING TO IS 6595 Part 2 1993 AND DESIGNED FOR CONTINUOUS SERVICE DUTY YES NO 5 WHETHER THE EFFICIENCY OF THE PUMP IS AT LEAST 70 YES NO 6 WHETHER THE OFFERED EN
22. s of bidding document elsewhere then the clauses in the BRC shall prevail 2 0 BID EVALUATION CRITERIA BEC A TECHNICAL 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 iii Evaluation will be done on total contract cost basis to ascertain the lowest bid B COMMERCIAL 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 bv the companv failing which the offer will be summarilv rejected iii To ascertain the inter se ranking the comparison of the responsive bids will be made as under subject to correc
23. self attested along with the bid a Purchase order PO b Invoice against PO c Completion certificate issued bv the end user 2 0 FINANCIAL 2 1 The Annual financial turnover of the firm in any of the last 03 financial years or current financial year should not be less than Rs 130 40 lacs In support of annual financial turnover any one of the following documents photocopies self attested attested must be submitted along with the bid gt A certificate issued by a practicing chartered cost accountants firm with membership no certifying the annual turnover and nature of business gt Audited balance sheet and profit amp loss account B COMMERCIAL i Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Please note that no price details should be furnished in the Technical i e Unpriced bid The Unpriced Bid shall contain all techno commercial details except the prices which shall be kept blank The Price Bid must contain the price schedule and the bidder s commercial terms and conditions Bidder not complying with above submission procedure will be rejected ii Bid securitv in the form of Demand Draft Bank Guarantee as per format given in the LCB booklet MM CALCUTTA E 01 2010 of Rs 1 30 400 00 shall be submitted manuallv in sealed envelope superscribed with BID SECURITV AGAINST Tender no SKI7656P16 dated 25 06 2015 to Head Calcutta Branch Oil Ind
24. tions adjustments given herein A Total material cost of Main Equipment B Total cost of tools tackles accessories mandatory spares repair kit for commissioning C Total Material Cost A B D Packing and Forwarding Charges E Total Ex works value C D above F Excise Duty including Cess G Sales Tax Please indicate applicable rate of Tax H Total FOR Despatching station price E F G above I Road Transportation charges to Duliajan J Insurance Charges 0 5 of Total For Despatching StationValue H above K Assam Entry Tax L Total FOR Duliajan value H I J K above M Installation Commissioning Charges including Service Tax if any N Training Charges including Service Tax if any O Grand Total value L M N 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 except for the bidders who has paid the same online 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 B General Terms amp Conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders
25. uld be kept in mind The floor of the skid should be covered with anti skid steel plates The skid should be fabricated out of properlv sized beams to withstand loading unloading and transfer in oil field trucks as well as air lifting The size of the skid should be adequate enough to provide for sufficient working space in and around the pump set X A Non Sparking Tvpe Coupling Guard fabricated from Aluminum Sheet should be placed over the Gear Coupling and the Coupling Guard should be suitably anchored to the oil field skid XI Both the Diesel Engine amp Centrifugal Pump should be painted with ENAMEL PAINT XII Bidders must submit filled in data sheet and technical check list enclosed with the enquiry XIII The bidder must assure that after sales service with respect to the pump set shall be provided by their respective OEMs or authorized dealers XIV The bidder must undertake and confirm that the OEM s equipment to be supplied are not going to become obsolete for the next 10 years and provisioning of spares can be continued XV The supplier shall be required to provide three 03 sets of hard copies of part list with part numbers and operation amp maintenance manual amp drawing for all the individual equipments of the pump set which consist of Pump Engine Priming Pump Clutch etc along with the supply of materials XIV Tool box with all the necessary tools for maintenance along with special tools if any must be supplied a
26. where those in the BRC BEC shall prevail BID REJECTION CRITERIA BRC The bids shall conform generally to the specifications and terms as well as conditions laid out in the tender Bids will be rejected in case the items offered do not conform to the required 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 will have to be met by the bids without which the same shall be considered as non responsive and stand rejected A TECHNICAL 1 1 The offered pump should be a Horizontal Split Casing Centrifugal Pump conforming to specifications laid down in IS 6595 Part 2 1993 It should be suitable for continuous duty application and have an efficiency of 70 minimum and be capable of meeting the delivery parameters of Capacity 500M3 Hr Minimum and head of 200 M minimum at duty point with 5M max negative suction head respectively In this regard printed technical leaflet literature catalogue from OEM must be enclosed with the offer 1 2 The offered model of engine must conform to ISO 3046 BS 5514 IS10000 specifications It should be rated for continuous power and capable of developing at least 10 more power at 1500 RPM than the net minimum BHP requirement of the pump input needed to achieve the stated delivery paramet
Download Pdf Manuals
Related Search
Related Contents
Rédaction et présentation orale des mémoires. 簡易版(日本語) SDI5585P15 - Oil India Limited Document title Ducatron User Manual Mode d`emploi de „Blendgold Neu“ et „Blendgold Active Line aircraft serious incident investigation report Copyright © All rights reserved.
Failed to retrieve file