Home
        SKI9150P16 - Oil India Limited
         Contents
1.           4  The following  documents must be  forwarded along  with the supply of  equipment       a   b     c     d     e     Certified test results  Certificate of hydrostatic    testing   Manufacturers certificate  of authenticity   Certificate of test    conformance of pump  and associated ancillaries  like valves  pressure  gauges etc     Two sets of operation and  maintenance manuals  including trouble  shooting  parts catalogue  of pump  engine and all  other accessory  equipment for each set    Three  03  sets of  composite operational  manual per pump set for  the complete pump  package including control  panel consisting of clear  cut simple instruction for  start  stop  restart    significance of various  display in the control  panel and negotiation of  alarms etc   NB  The draft copy of the  composite operation  manual shall have to be  submitted to  representative of OIL  during pre despatch  Inspection at supplier   s  works for approval  The             approved copy to be  forwarded along with the  supply please              NOTE  All the above mentioned document Under Clause I 4 shall  have to be packed separately with a packing list and prominently  labeled with   OIL   s Purchase order No  and to be dispatched to   To    HEAD  FIELD ENGINEERING   OIL INDIA LIMITED   DULIAJAN  786602   ASSAM  INDIA          G  PACKING AND   1  The pump set s  are to be dispatched in unitized   TRANSPORTATI condition mounted on the skid   ON 2  During transportation  unitiz
2.    OIL INDIA LIMITED   A Government of India Enterprises   E 4  India Exchange Place  Kolkata  1    TELEPHONE NO   033  22301657  FAX NO   033  22302596  Email  kolpur1  oilindia in    FORWARDING LETTER  Tender No  amp  Date   SKI9150P16 Date  03 11 2015  Tender Fee   Rs 1 000 00  Bid Security Amount Rs 16 500 00  Bidding Type Single Stage Two Bid  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   Applicable  Delivery Required   At DULIAJAN  ASSAM    OIL invites Bids for Supply  Installation  amp  Commissioning of 1  one  no  Skid mounted Diesel  Engine driven Fire  Drenching  pump set  Capacity  410 KLPH   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      ae    1  Details of Items with Quantity and Unit of measure are as under              SLEDO  MATERIAL DESCRIPTION  QUANTITY UNIT  Skid mounted Diesel Engine driven Fire  10  Drenching  pump set   Capacity  410 KLPH  
3.  3     digital certificate  will be rejected     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    ii  lf any of the clauses in the BRC contradicts with other clauses 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     25 2    ii  Similarly in the event of discrepancy between words and quoted figure  words will    prevail     ili  Evaluation will be done on    total contract cost    basis to ascertain the lowest bid     B  COMMERCIAL     ii     To evaluate the inter se ranking of the offers  Assam entry tax on purchase value  will be loaded as per prevailing Govt  of A
4.  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      26    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           General Terms  amp  Conditions    for e Procurement as per Booklet NO   MM CALCUTTA E 01 2010 for E procurement  LCB Tenders      
5.  Ratio    To be specified by the bidder       9  RPM    1500       10  HP    The engine should be capable  of developing a net minimum  Brake Horse Power of 162 HP  considering all the deductions  and losses    Note    1  The engine should be  capable of developing 10   more power than the net  minimum BHP requirement of  the Pump input when running  at rated RPM at the duty  condition specified above and  at site conditions as specified  in point E 7    2  The engine should be rated  for continuous power with an  overload 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    3  NET H P  Calculation for  selecting the Prime Mover for  the offered Pump considering  all the losses should be  forwarded along with the offer        11  Aspiration    Naturally  aspirated turbocharged  single  stage turbo charging        12  Cooling       Radiator cooled  Blower Type        13  The Engine should  systems    comprise of the following sub             a  COOLING  SYSTEM    i  Engine driven fresh 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        ui  Thermostat installed in  Engine coolant outlet        iv  Corrosion inhibitor               10           b  AIR  INTAKE  SYSTEM    1     v  Spin on filter for coolant     Air intake manifold    Engine mounted        il     Dry type I
6.  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          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     Yours Faithfully     Sd      G  C  Sarma   SMM P   For Head Calcutta Branch       OIL INDIA LIMITED   A Government of India Enterprise   E 4  India Exchange Place  4   floor   Kolkata 700001     West Bengal  India     TELEPHONE NO   033  2230 1657   58   59  FAX NO   033  2230 2596  Email   kolpur1   oilindia in    ANNEXURE II    Tender No amp  Date   SKI9150P16  04 Dated   03 11 2015    OIL INDIA LIMITED invites Indigenou
7.  by the supplier       19  Suction and  delivery end    Flanged end  Must be supplied  along with companion flanges  with necessary nuts and bolts        20  Shaft Sealing    By gland packing       21  Impeller design    Should be such that delivery  pressure of 10 kg sq cm is  obtained at duty point even  with 4m negative suction head          22  Constructional  Features    I  Casing  IS 210  Gr    FG 220 or Better          Il  Impeller  Neck Rings                                  BR IS 318  Ill  Sleeves  amp  Nut  BR IS  318 LTB 2 LG 2  IV  Gland  amp  Logging Rings     BR IS 318 GR2  V  Pump Shaft  EN 8 C   40 SS410  VI  Packing   GRAPHITE COTTON  VII  Bearing  Heavy Duty   grease lubricated   antifriction  Notes   a  The material of    construction of the Pump  body  Suction  Delivery  and intermediate parts  should be Close Grained  Cast Iron   Cast steel        b     of  the    The material  construction of  impeller should be  Stainless Steel or   Bronze  The impeller  should be fully shrouded  and dynamically balanced  for smooth running        c     The material of  construction of the shaft  should be Stainless Steel        d     The material of  construction of the shaft  sleeve should be  Stainless Steel        e     The material of  construction of the casing  Ring should be Bronze        The material of  construction of the Gland   amp  Gland nuts should be  Cast Iron        g     The pump must be  supported by Heavy Duty  Bearings and Grease  Cups should be pr
8.  end coupling of the pump   Bidder to provide the following information    a  Make of Clutch PTO   b  Model of Clutch PTO   c  Basis of selection of the offered Clutch   PTO       il     Suitably selected Flexible Disc   Grid Member    Pin Bush type Couplings should be incorporated  to transfer power from the prime mover to the  pump  Bidder to provide the following  information    a  Type of offered Couplings   b  Make  amp  Model of offered Couplings       lil     All rotating parts should be covered by suitable  non sparking guards           D  Pump  Unitization    Package       The pump set is to be supplied with all components  and accessories fitted and mounted on an oilfield  type three runner portable master skid  While  unitizing the pump set  easy approach to various  components for maintenance aspects should be kept  in mind  The floor of the skid should be covered  with anti skid steel plates  The skid should be           14        fabricated out of properly sized beams to withstand  loading unloading and transfer in oil field trucks   The size of the skid should be adequate enough to  provide for sufficient working space in and around  the pump set  Suitable strong hook bolts should be  provided with the pump and engine to take out  pump and engine individually and for transferring  the same to Workshops for maintenance   overhauling  While unitizing the pump set  for  taking out pump and engine for major overhauling  or for maintenance of various components  the
9. 1 NO      Details as per Annexure ll                    The tender will be governed by     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    gt  Tender Documents  The  above filled up document to be uploaded 
10. Element   Engine  Mounted       Oil Filter Tube with Cap  and Lube Oil Dipstick  Oil Level Check   Engine Mounted        f  ENGINE  STARTING  SYSTEM    Non shield type  Electrical 24 V DC  starter  Make  LUCAS   TVS   Delco Remy        il     Alternator for battery  charging  Make  LUCAS  TVS   Delco Remy        ii     Battery shall be sealed  maintenance free  lead  acid type  battery should  be housed in a hard  rubber or polypropylene  case with provision for  venting  Required cables  should be furnished and  length of cable should be  sufficient for connecting  battery terminals to the  starter of the engine  No  separate battery charger  is required        iv     Charging system  consisting of Alternator   maintenance free  battery  ammeter  all  associated electrical  wirings              g  ENGINE  INSTRUMENT  PANEL    Lub Oil pressure  indicator           il     lil     Water Temperature  indicator   Lub Oil temperature                   indicator    iv  Tachometer and Hour  Meter    v  Starting Switch with  key        vi  Push button switch        vii  Ammeter        Vill  Emergency Shut down  knob       h  AUTO CONTROL  PANEL FOR    Auto control panel for  automatic charging of batteries                BATTERY during idle condition  No  CHARGING running condition of engine   and also Auto off during  running condition of engine   i  SAFETY i  Low Lub oil pressure   CONTROLS ii  High water temperature   iii    Over speed   j  OTHER i  Viscous Vibration  FEATURES dam
11. NUMBER OF CYLINDERS  4 0 ASPIRATION  5 0 DISPLACEMENT  6 0 BORE X STROKE  7 0 LENGTH X WIDTH X HEIGHT  8 0 RATED SPEED  9 0 GROSS HP AT RATED RPM  10 0 DEDUCTION FOR FAN  ALTITUDE  amp   TEMPERATURE  11 0 NET HP AVAILABLE AT RATED RPM  12 0 SPECIFIC FUEL CONSUMPTION AT  I  110  LOAD  Il  100  LOAD  Ill  75   LOAD  IV  50  LOAD  13 0 LUBRICATING OIL CONSUMPTION  Ltr   hr    14 0 COMPRESSION RATIO  15 0 MAKE OF STARTER  16 0 MAKE OF CHARGING ALTERNATOR  17 0 MAKE  amp  MODEL OF CLUTCH PTO       Special Terms  amp  Conditions  1     Bidders are to submit their offer Technical  by duly filling up the    Bidder   s Offer     column of the attached Bidder   s Response Sheet  Additional sheets may be used  as and where necessary and the same to be clearly marked as      Annexure No       for Point No      Offers submitted in other form than filling up of the    Bidder   s Offer    column of the    attached Bidder   s Response Sheet shall not be accepted for evaluation     All the Annexures   Attachments are to be suitably marked and a list of the same    to be submitted alongwith the offer        DT E    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 stip
12. age  as per the specifications of this NIT lies solely on the bidder    supplier           E  PRE DESPATCH  INSPECTION AND  TESTING        a The pump set shall be inspected by OIL   s deputed  engineer at manufacturers   assembler   s works   factory  prior to dispatch  However  such inspection will not              15        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         b The supplier shall carry out full load performance test  on the pump set  at duty conditions   in the presence of  OIL   s deputed representative          c  N B      i  The QAP  Quality Assurance Plan  for the Pump sets  shall have to be submitted to OIL for approval prior to Pre  despatch inspection at supplier   s works     ii  Charges for carrying out the above tests at the  manufacturer   s facility should be included in the purview  of the offer  However  cost of travelling  boarding  lodging  of OIL   s engineers will be to OIL   s account         d  A draft copy of the composite operation manual of the  complete pump packages including control panel shall be  submitted to representative of OIL during pre despatch  Inspection at supplier   s works for approval  Three  03   copies of the approved copy of the composite operation  manual to be supplied along with the documents as  mentioned under Clause 1 4        Note  The pre despatch inspection and testing of the pu
13. 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  16 500 00 can also be paid online through our e     procurement portal as per procedure given in user manual in OIL   s e   procurement portal    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     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 
14. aving service operation on full load for a period of 8 to 24 hours per  day  for fire fighting purpose  The model should be one that has been successfully  deployed for continuous duty for a minimum period of 5000 hrs  or  one year from the  date of commissioning  Documentary evidence in this regard should be enclosed     1 6 Bidder must undertake that the equipment to be supplied are not going to be obsolete  for next ten  10  years from the bid closing date and provision for supplying spares of the  equipment will be continued     1 7 The bidder should have experience of successfully executing at least one similar  order for Rs 4 95 lacs during last 03 years as on bid closing date to companies under the  Government  Semi Government  Public sector undertakings or Public Limited companies   Documentary evidence as per following note must be submitted along with the offer   failing which the offer will be rejected    Note    1 7 1  Similar Order means Order for supply  installation  amp  commissioning of centrifugal  pump pumpset with auto priming system of capacity 410 kl hr  min  or above in  Govt Semi Govt  organizations  PSU  amp  Public Limited Company    1 7 2 In support of documentary evidence  the bidder must submit any one of the  following documents photocopies  attested self attested  along with the bid     a  Purchase order  PO   b  Invoice against PO  c  Completion certificate issued by the end user    2 0 FINANCIAL     2 1 The Annual financial turnover of the fir
15. ed pump engine sets are  to be suitably packed to avoid transit damage or water  ingress  Packing should be sufficiently robust to  withstand rough handling during transit  All items  should have their respective identification tag and  should be suitably packed to provide ease of handling    storage and offer maximum protection during  transit    3  Crates and boxes should have a list secured to the  exterior wherein the items contained inside should be  mentioned in addition to a duplicate list inside  The  sling points on the crates should be properly  indicated  Internal parts should be sprayed with a rust  inhibitor and all openings should be covered with  masking tapes to prevent ingress of water    4  Manuals   packing cases containing electrical  equipment should be lined with water proof material                    H  INSTALLATION 1  The pump set is to be supplied in assembled     amp  condition  ie  coupled with prime mover  engine  and   COMMISSIONING all valves   accessories   engine exhaust silencer etc  fitted and mounted on an oilfield type three runner  portable master skid        2  Installation and Commissioning of the Pump set shall  be carried out by the bidder in the presence of OIL  representatives at its fields at Duliajan  Assam  India    Services of qualified and competent personnel from  equipment manufacturer is essential during  installation and commissioning of the pump sets   Only competent service personnel shall be engaged  for installation  te
16. 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 successfully executing    similar order for at least Rs 4 95 Lakhs during last 3 years as on  the Bid Closing Date     2 0    3 0    4 0    5 0    b  Annual financial turnover of the firm in any of the last 3 financial  years or current financial year 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 SKI9150P16 dated 03 11 2015 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 
17. 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  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 docu
18. m in any of the last 03 financial years or  current financial year should not be less than Rs 16 50 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      23      B  COMMERCIAL    i     ii     ii     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     Bid security in the form of Demand Draft   Bank Guarantee as per format  given in the LCB booklet MM CALCUTTA E 01 2010 of Rs 16 500 00 shall  be submitted manually in sealed envelope superscribed with BID SECURITY  AGAINST Tender no  SKI9150P16 dated 03 11 2015 to Head Calcutta  Branch  Oil India 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 
19. ment 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    10     NOTE     1      4   Certifying Authorities operating under the Root Certifying Authority of India  RCAD   Controller of Certifying Authorities  CCA  of India     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
20. mp  package s  shall be carried out by OIL only in COMPLETE  UNITIZED CONDITION as per the specifications of the NIT  No  piecemeal Inspection and Testing shall be carried out individually  for the pump and the engine  Only fully unitized pump package   ie  both the pump and the engine that are to be finally shipped in             unitized condition  should be offered for Pre Despatch  Inspection and Testing   F  CERTIFICATES 1  Documents should   a  Performance  AND be forwarded along chart characteristic graph  DOCUMENTS TO with the quotations  of the centrifugal pump  BE FORWARDED indicating capacity  head   efficiency  size of       impeller etc        b  All technical calculations  for NPSH requirement    etc        Detail calculation to  justify that BHP of the  offered prime mover  engine is suitable to meet  the pumping requirement  as specified in the tender   The power losses or  mechanical efficiency of  each component of the  drive system such as  coupling etc  are to be    c               16        mentioned clearly        2  The following  documents shall  have to be forwarded  within a month of  issue of LOI or  placement of firm  order    a     A foundation diagram for  the complete pump set  indicating the static and  dynamic loads of the  package           b     Pump  Unitization  drawing     Package  plan        3  Material test     MOC  certificate of the pump    components must be forwarded along with the pre   despatch inspection notice from supplier    
21. ntake Air filter    Engine mounted        ii     Vacuum Indicator         Mounted on Intake Piping    c  EXHAUST i  Turbocharger  Engine   SYSTEM mounted if engine is  turbocharged       il     Water cooled exhaust  manifold        lil     Exhaust Silencer  Residential type with  Spark arrester       iv     Flexible connection and  related piping              d  FUEL SYSTEM    Fuel pump        il     Fuel Filter   Simplex type   paper element Engine  mounted        ii     Mechanical Hydraulic  Governor        iv     Fuel Injectors        Wire braided hoses  between filter and 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 complete with  level gauge  drain valve   air vent  and inlet and  outlet connection  The  fuel tank should be large  enough to hold fuel for at  least 8 hours continuous  operation of the engine at  full load and should be  mounted within 3 metres  of the engine  The outlet  level of the Fuel Tank  should be at least 0 8M  above the Fuel Pump  All  necessary fuel pipes  tank  outlet  return etc  to be           ll        supplied         e  LUBRICATING  SYSTEM    Lubricating Oil Sump        ii     Engine Mounted Lube  Oil Pump  Gear Driven        ii     Engine Mounted  Lubricating Oil Cooler    Water Cooled  integral  with Engine Coolant  circuit        iv     Lubricating Oil filter   Simplex Type Paper  
22. ovided  for lubrication              23  Accessories to be  supplied along with  the pump set       l     Pressure gauge  0 to 25  KG sq  cm   Qty         Total 2 nos              Il  Non return valve in  pump delivery line  01  No  along with  matching companion  flanges and necessary  nut and bolts        IH  Matching companion  flanges with nuts  bolts  and gaskets for suction  and delivery ends of the    pump        24  Notes on Pump    I  Pump should be capable  of delivering 150  of  rated discharge with a  minimum of 65  of  rated head        II    Pump should be suitable  for speed mentioned   1500 RPM         Il  Shut off head should not  be more than 120  of  rated head        IV  Impeller design should  be such that delivery  pressure of 10 kg   sq   cm  is obtained even  with 4 m negative  suction           B  ENGINE          1  Make To be indicated by the supplier  2  Model To be indicated by the supplier  3  Type Four stroke cycle  in line multi    cylinder Diesel Engine        4  Conforming    ISO 3046  BS 5514   IS 10000          Standards specifications  latest edition  5  Duty Continuous  6  Fuel HSD conforming to    1S 1593 1982 and having  following specifications  Cetane Number   42 5  Gross Calorific Value   19480 BTU   CFT          7  Site Conditions       Maximum Temperature 50 deg  A Temperature 05 deg  TENE Relative Humidity  i deg C  100     35 deg C  95               41 deg C  70    Maximum Altitude above  mean sea level  150 M       8  Compression
23. ovided will be considered for evaluation  of bid  The spare parts and special tools mentioned  above to be supplied along with the supply        2  Insurance spares of the pump   engine and  accessories  Cost of these spares shall however not be  considered during commercial evaluation of the  offer            Note  All the above mentioned Spares  tools shall have to be packed  separately indicating OIL   s Purchase order No with packing list and  to be supplied along with the supply of the pump packages addressed  to    HEAD  FIELD ENGINEERING   OIL INDIA LIMITED   DULIAJAN  786602   ASSAM  INDIA          L  DATA SHEETS    i  DATA SHEET FOR PUMP       1 0 MAKE       2 0 MODEL       3 0 NUMBER OF STAGE       4 0 _RATED SPEED       5 0 DISCHARGE CAPACITY       6 0 DISCHARGE PRESSURE   HEAD       7 0 TYPE       8 0 SERVICE       9 0 NEGATIVE SUCTION HEAD       10 0 EFFICIENCY       11 0 IMPELLER DIAMETER       12 0 BEARING TYPE       13 0 IMPELLER MOUNTING       14 0 SHAFT SEAL       15 0 BHP KW       16 0 STATIC LOAD       17 0 DYNAMIC LOAD       18 0 LENGTH X WIDTH X HEIGHT OF COMPLETE  PUMP PACKAGE       19 0 DRY WEIGHT       20 0 TYPE MAKE AND SIZE OF THE COUPLING  BETWEEN CLUTCH PTO AND PUMP       21 0 While quoting bidder should specifically mention  pointwise requirement as per NIT Simply writing   AS PER NIT  will not be acceptable    ii  DATA SHEET FOR ENGINE       1 0 MAKE          2 0 MODEL               20                                                         3 0 
24. pener        ii  Suitable clutch to  transfer power from the  engine        iii  Flywheel suitable for the  selected Clutch PTO        iv  Flywheel Housing        v  Front and rear engine  support        vi  Lifting eyes        vii  Crank Case Breather        viii  SAE standard rotation        ix  Suitable Hand Throttle  Control        x  Non sparking coupling  guards over blower fan  belt drive and water  pump belt drive   charging alternator drive  pulley and timing  pulley        xi  Non return valve in each  drenching pump delivery  line  total 2 nos  NRV  for 2 nos pump set         xii  Flexible direct coupling        xiii  Suction and Delivery  Pressure Gauge             14  Notes on Engine    i  The bidder should submit       the following information             along with relevant  performance rating  curves and engine    product catalogue    a  Gross HP developed at    rated RPM    b  Deduction for blower fan  and other ancillary  equipment    c  Net HP developed at  rated RPM    d  Specific fuel    consumption at rated  power as well as 110    75  and 50  of rated  load        ii  The engine shall be tested  at manufacturer s works  and relevant test  certificate in this regard  shall be submitted to  OIL  OIL may if felt  necessary  depute  representative to oversee  the testing of the engine  at manufacturer s works           C  Drive Arrangement    The drive arrangement will involve flow of prime  mover power through a flywheel mounted clutch  PTO to the driving
25. re  should be availability of necessary space for easy  approach  The skid shall be sized to contain the  entire pump and engine unit and should include the  following components    a  Drip pan for cradle fluid area of pump and  packing area complete with threaded drain   b  Dip lip for cradle   fluid area of pump and  packing area   c  Grouting holes   d  Radiator bumper guard   e  Exhaust tubing and supports   f  Horizontal adjustment screws for minor  adjustment   g  Two grouting bosses on skid   h  Interconnection piping spool pieces on suction  and discharge with ancillary components   i  Non sparking Aluminum safety guards on all  rotating elements and should be suitably  anchored to the oil field skid    j  One set of proper size foundation bolts and nuts  with each pump sets  The foundation Bolt for the  skid is to be in accordance with ASTM  A193  and nut as per ASTM   A193        ii  The complete package to be painted with Fire Red  Paint  Shade no  536 as per IS 5   Paint   finish  specifications shall consist of wire brushing  structural pieces and piping  solvent cleaning of  components  one coat of red oxide alkyd primer 2 0  to 2 5 mils dry film thickness  The top coat shall be  one coat of Fire Red Paint  Shade no  536 as per IS   5  1 0 to 2 0 mils dry film thickness           NOTE  No drawing s  of bidder   supplier wrt the design of the  pump package shall be approved   certified by OIL  since the  onus of designing  unitizing and supplying of the pump pack
26. s tenders for items detailed below     TECHNICAL SPECIFICATIONS WITH QUANTITY       SI No  MATERIAL DESCRIPTION  QUANTITY UNIT   amp  MATERIAL  CODE NO        Skid mounted Diesel  Engine driven Fire  oco00197    Drenching  pump set     Capacity  410 KLPH                       20 INSTALLATION  amp  COMMISSIONING 01 AU       Details Specification for Item 10            A  PUMP                                        1  Make To be indicated by the supplier   2  Model To be indicated by the supplier   3  Pump Type Horizontal split casing   4  No  of Stage Single   5  Pump should confirm   IS 6595 Part 2  specification    to latest edition   6  Pump performance   As per IS 6595  Part 2  IS  9137   and Testing Latest Edition    7  Capacity 410 kls   hr    8  Head 104 m of liquid column   9  Liquid to be handled   Water of Specific Gravity 1 0   10  Duty Continuous   11  Speed 1500 RPM   12  Application Fire Fighting  Drenching   13  Negative Suction   4m    Head       14  Total Head    104 m of liquid column       15  Efficiency    70   minimum        16 Bidder to Furnish  the following  information     a  At Duty Point           Total Head       ll    Discharge       Ill  Efficiency       IV  Pump Speed       V  BKW BHP       VI    NPSH        b  At 1 5 times discharge       I  Total Head       II    Discharge       Il  Efficiency       IV  Pump Speed       V  BKW BHP       VI  NPSH       17  Suction Size    To be indicated by the supplier       18  Delivery Size    To be indicated
27. ssam guidelines as applicable on bid  closing date    Bidders may check this with the appropriate authority while submitting their offer     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 the offer will be summarily  rejected     To ascertain the inter se ranking  the comparison of the responsive bids will be  made as under  subject to corrections   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 l 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
28. sting and commissioning of pump  sets    3  Installation   commissioning charges should be quoted  separately which shall be considered for evaluation of  the offers  These charges should include amongst  others to and fro fares  boarding  lodging and other                 18        expenses of the commissioning engineers during their  stay at Duliajan  Assam  India   Bidders should also  confirm about installation  commissioning in the  Technical Bid        OIL Shall provide only transportation for the  Commissioning Crew to and fro to Work site from  OIL   s office at Duliajan  No lodging shall be  provided by OIL to the Commissioning Crew        All necessary Civil Work like construction of  Foundation as per the Foundation Drawing supplied  vide Clause No  I 2  a  above  Construction of Shed  etc  shall be carried out by OIL        Placement of Pumpset on the Foundation and  necessary RCC grouting shall be carried out by OIL          Placement of Fuel Tank  connections etc to the    Engine etc  shall be carried out by OIL        Exhaust piping connection of the engine shall be  carried out by OIL        All necessary piping work for the pump  like suction   discharge etc  shall be carried out by OIL        10     Necessary Fuel  Lube oil etc shall be supplied by OIL  for test run during commissioning        11     Arc welding   Gas Cutting services if required shall  be provided by OIL        I2     OIL will provide necessary statutory permits in  classified areas as and 
29. tinuous power and must be capable of  developing 10  more power than the net minimum BHP requirement of the Pump input  at rated RPM at the duty conditions mentioned above     NET H P  Calculation for selecting the Prime Mover for the offered Pump considering the  losses for Auxiliary Drive should be forwarded along with the offer  Power calculation  should be made based on 150  of rated capacity and to be submitted along 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    IJe  regard the bidder other than OEM of the pump must submit the valid documentary  evidence from their OEM along with the offer     1 4 If the bidder is an assembler of pump set  he must purchase the pump and the engine  from OEM or  their authorized dealer  Documentary evidence in this regard must be  enclosed with the offer failing which the offer will be rejected    The assembler should indicate that necessary infra structural facilities for fabrication and  load testing of the pump set are available with them  Bidders other than the OEM must  furnish the following undertaking from the OEM        Date of manufacturer  Make  Model  Serial No   Test certificate  Literatures and Spare  Parts manual of the pump and Engine will be supplied if order is placed on the bidder        1 5 The model of pump offered should be one that has a proven track record for  continuous duty  h
30. ulated 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     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 Centrifugal Pump  horizontal split casing  single stage  with an efficiency of 70  or higher  suitable for continuous duty  with a capacity of 410  kls hr 100 mts head  10 kg sq cm  Total Head  104 m of liquid column  respectively     1 2 The offered model of engine should conform to ISO 3046   BS 5514   IS 10000   latest edition  specifications and should be designated for fire fighting duties by the  OEM  Further  it should be rated for con
31. vide  MM   CALCUTTA   E 01  2010 for E    Procurement LCB Tenders  The     24    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     vi   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     vii     Validity of the bid shall be minimum 120 days from the Bid Closing Date  Bids with  lesser validity will be rejected     viii     Bids containing incorrect statement will be rejected     ix   All the Bids must be Digitally Signed using    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
32. when required        13     The pump set shall be treated as commissioned only  after successful completion of a trial run on available  load and on satisfactory performance  shall be  subsequently handed over to OIL        I  WARRANTY    The warranty period for the engine  pump set and all  ancillary equipment shall be a minimum of 18 months  from the date of dispatch   shipment or 12 months from the  date of commissioning        J  AFTER SALES  SERVICE    1     The bidder should ensure after sales service during  initial commissioning and also subsequently        2     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  pump package        The bidder must undertake the pump engine set to be  supplied will not be obsolete for next ten  10  years  and provision for supplying the spares to be  continued           K  SPARE PARTS  AND SPECIAL  TOOLS         Bidders have to provide the price  along with the part    numbers  serial no  normal delivery lead time of the  spares and special tools that will be required for  maintenance of the pump  engine sets for two years           19        along with the offers  Spare parts and special tools  should be properly tagged and coded so that later  identification as to intended equipment usage will be  facilitated  The cost of two years spares and special  tools thus pr
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
697***、698***、699  análise do comportamento do fogo na mata nacional de leiria  MANUEL D`UTILISATION LECTEURS CD ENGLISH DEUTSCH  PATINE à VIEILLIR  und Bedienungsanleitung Roburbox 100PDF file  Télécharger le manuel  Bedienungsanleitung Magura Scheibenbremsen    ROADSIDE STATION INSTRUCTION MANUAL 1-800-544-6986  Alimentation Secteur ECO Adattatore ECO Switching Power    Copyright © All rights reserved. 
   Failed to retrieve file