Home

Annexure-II - Oil India Limited

image

Contents

1. Currency Indian Rupee Incoter Detailed Price Information Price with Condi Go to this Tab Notes and i Attachments for Uploading and Statist Terms of Payment 9010 90 against despatch 10 after receipt Priced Bid files Created C Created E Last Processed C Last Processed E Details Send E Mail Call Clear Function Number Name Valid fr E The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above i RFx Response Number 60006452 RFx Number TEST2 Status Witl Submission Deadline 13 04 2013 11 00 00 INDIA RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 5 Adda Clear Assigned To Category Text Preview E Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version GJ The table does not contain any data Note Processor The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file f
2. New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 Ifthe Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to come to an agreement to their original intensions R BARMAN SR MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness ieee Date 25 06 2014 Witness 2 iiccecesacntessecceneicamas Page 5 of 5 DATA SHEET FOR SUPPLY OF 19 NOS FEEDER PILLAR OF SDI3974P15 SL No Description Make Model 1 Air Circuit Breaker with O C S C E F protection with fault level and type of release 2 Moulded Case Circuit Breaker with O C S C E F protection with fault level and type of electronic trip unit 3 Moulded Case Circuit Breaker with CBCT amp type of Earth Leakage relay 4 Digital Multifunction meter 5 Current Transformer with Current Rating 6 Trip Neutral Close Selector switch with current rating 7 Indication Lamp LED 8 Busbar rated Current along with thickness of the busbar sleeves 9 Busbar Fault Level 10 Foundation drawing details 11 Earthing details 12 Street Light timer 13 Degree of protection of panel 1
3. Other Part are Same as item 10 ITEM NO 30 SUPPLY OF FEEDER PILLAR QTY 7 NOS Feeder Pillar 7 nos Outdoor Type It consists of the following A Incoming Feeder amp Instrument It consists of the following components i 630A 4 pole Moulded case circuit Breaker 50kA 50Hz 415V AC 2 Nos The MCCB shall have following settings Over Current Ir 0 4 to 1xIn Tr 5 to 30 seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 3 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1 to 1 Seconds ii Digital Multifunction Meter Vt A Hz KW PF KWh with RS 485 1 Nos iii Current Transformer 400 5 15VA Class 1 to IS 2705 Cast resin type 3 Nos iv LED Indication lights for indication of Supply On C B OFF ON TRIP 6 Nos v Moulded HRC Fuse Holders with HRC Fuses for control circuit protection 6 Nos B Outgoing Feeders It consists of the following components i 400A 4 pole Moulded case circuit Breaker 50 kA 415V AC 50Hz 6 Nos The MCCB shall have following setting Over Current Ir 0 4 to 1xIn Tr 5 to 30 seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 3 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1 to 1 Seconds Page 6 of 10 ii 250A 4 pole Moulded case circuit Breaker 36 kA 50 Hz 415V AC 4 Nos The MCCB Shall have following setting Over C
4. will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL 1 The manufactured product should be strictly as per OIL s tender specification 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 iii Priced bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the priced bid NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 4 of 4 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI3974P15 DT 24 06 2014 Complied Not Complied Remarks if any ITEM NO 10 SUPPLY OF FEEDER PILLAR QTY 3 Nos Scope of work This specification covers supply installation testing and commissioning of 19 nos 415 V AC 50HZ outdoor type Feeder Pillar with ACB and MCCB as incomer and MCCB as outgoing feeders in a single transportable unit ready for operation on being installed in a fixed in position The feeder pillars shall be installed on a foundation made up of MS pipe and MS channel plate which sha
5. Minimum Eleven Digit No Bank Name Branch Complete Address of your Bank IFSC Code of your Bank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished by us Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
6. parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings 5 As soonas the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no right to demand from the
7. 333 or PR 122 PR 123 PLSIG 3 Siemens India Ltd Sentron VL MCCB model VL standard with electronic release and microprocessor based ETU with LCD display ETU 40 42 LSIG LSING 4 Legrand Model DPX with electronic release and LCD display 5 GE India Record Plus FG with electronic trip unit SMR2 Page 4 of 10 Earth leakage relay with CBCT Make 1 Legrand a Adjustable sensitivity 0 03 to 30 A b Adjustable trip 0 0 15 to 5 seconds c Auxiliary power supply voltage 230V AC 50 Hz d CBCT Size 35mm dia inner 2 Schneider Electric Merlin Gerin Vigirex Earth Leakage Relay i RH 99 sensitivity 0 03 to 30A time delay 0 to 4 5 Second supply voltage 230V AC CBCT size 35mm dia inner 3 GE I Type RD6 sensitivity 0 2 to 5A time delay 0 5 to 5 Second and auxiliary power supply 110 to 400 V AC CBCT size 35mm dia Inner 4 Prok dv s Digital earth leakage relay i Model No MPEL O1 sensitivity 300mA to 12 A time delay 0 to 5 Sec auxiliary power supply 85 to 275V AC DC II Model No MPEL 02 sensitivity 30mA to 3 0A time delay 0 to 5 Sec auxiliary power supply 85 to 275V AC DC CBCT Size 35mm diameter inner 5 General Industrial and Control Model 17G715GF2 marketing by L amp T CBCT size 35mm diameter Inner Item No 20 SUPPLY OF FEEDER PILLAR OTY 8 NOS Feeder Pillar 8 nos Outdoor Type It consists of the following A Incoming Feeder amp Instrument it consists
8. 4 HRC Fuse and Current Rating 15 Control Wiring of size 2 5 sqmm 16 Cable Gland ISMC 100 Base Channel bolted to M S Plate 200x50x8 mm M S Plate 100 mm dia M S Pipe 4 No foundation posts for mounting feeder pillar a As per feeder pillar width minimum 800mm b As per feeder pillar depth minimum 800mm GA Drawing for feeder pillar foundation Bidders Response Sheet Annexure FFF Bidders Name Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank pae E O Ses 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof a Ps a ee Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance by Bidder a a l ETT SL NO BEC TENDER REQUIREMENTS Confirmed Not
9. Annexure OIL INDIA LIMITED Oo A Government of India Enterprise P O Duliajan 786602 Assam India a FAX 91 0374 2800533 E mail material oilindia in OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal https etender srm oilindia in irj portal for following e tender E Tender No B C Date Material Description amp Quantity SSI3970P15 Dt 23 06 2014 SINGLE STAGE TWO BID SYSTEM 14 08 2014 SAFETY LEATHER BOOTS Qty 10 383 Pairs SDI3973P15 DT 24 06 2014 SINGLE STAGE TWO BID SYSTEM 14 08 2014 XLPE CABLE 22 600 METERS SDI3974P15 DT 24 06 2014 FEEDER PILLARS SINGLE STAGE TWO BID SYSTEM 14 08 2014 QTY 19 NOS Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted_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 user ID and password 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 OI
10. ENERAL FEATURES 1 All connection links between bus bar and MCCBs amp brought out links shall be made with rectangular sections of aluminium confirming to IS 5082 Current rating of links shall be minimum 1 5 times rating for unassembled sections the device rating Spreader bars supplied by MCCB manufacturer shall be used for all incoming and outgoing terminations for all MCCBs 2 All control wiring shall be done with single core 2 5sqmm PVC insulated 1100v grade IS approved stranded copper cable 3 All control cable ends shall have crimped copper lugs for proper termination and ferrules for identification of wiring 4 All panel doors shall be earthed 5 No bimetallic joints shall be permitted in the links of connections 6 Special non deteriorating Neoprene rubber gaskets shall be provided at door 7 Enclosure protection of feeder pillar shall be minimum IP 55 8 Sufficient space should be provided for proper glanding dressing connecting up and maintenance of all cables Sufficient nos of cable entry holes shall be provided in the bottom plate 9 All components shall be accessible only after opening the 1st door Outer Door 10 All cable entries shall be done from bottom side Separate detachable type gland plates shall be provided for all cables One additional cable entry gland plate shall be provided 11 All items shall be duly fixed with zinc passivated high tension hard wares DIN channel shall be used for components
11. L 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 been also provided through OIL s web site www oil india com Note 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 User ID and Password OIL INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email ranjanbarman oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI3974P15 Dt 24 06 2014 Tender Fee Rs 1 000 00 Bid Security Amount Rs 3 99 500 00 Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable OIL invites Bids for Procurement of 19 Nos of Feeder Pillars through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders 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 te
12. V AC 50Hz 4 Nos The MCCB shall have following setting Over Current Ir 0 4 to 1xIn Tr 5 to 30 seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1 to 1 Seconds ii 250A 4 pole Moulded case circuit Breaker 36kA 415V AC 50Hz 4 Nos The MCCB Shall have following setting Over Current Ir 0 4 to 1xIn Tr 3 to 15 seconds Page 2 of 10 Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1 to 1 Seconds iii 100A 4 pole Moulded case circuit Breaker 25kA 415V AC 50Hz 2 Nos The MCCB Shall have following setting Over Current Ir 0 4 to 1xIn Tr 5 to 30 seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 0 8 1xIn Tg 0 1 to 1 Seconds D Bus bar The bus chamber shall be sheet steel clad having front and rear bolted covers and shall consist of 1 set TP amp N electrolytic grade high conductivity copper bus bars conforming to BIS Current rating of bus bar sections shall be 1500 amps for 1000 A ACB and 1000A for 630A MCCB 400Amps for 250MCCB suitable for 415 V AC 50 Hz system Neutral bar shall be of same size as phase bus The bus bar shall be insulated with
13. al Siemens L amp T Schneider electric LED 1 Binay Tecnic L amp T Siemens HRC Fuses 1 GE Siemens L amp T Schneider Cooper Bussman Trip Neutal Close Selector Switch 1 Kaycee Salzar Schneider L amp T Siemens Air Circuit Breaker Fault level 50 kA and above amp up to 500V AC Draw out type electrical and manual operated having master pact with O C S C and Earth fault protection Spring charging shall be motorized and manual also with 230V AC supply Make a Schneider Electric Merlin Gerin of NW series with micro logic 6P 7 0H b Siemens India WL Series with electronic trip unit ETU 45B 76B release c GE India Entelli guard SL ACB with electronic trip unit GT N GT H d ABB india Emax series with electronic trip unit having PR 332 PR 333 or PR122 PR 123 release e Legrand model DMX3 N with electronic relase i micro processor based protection unit catalogue no 028802 MP4 LSIg ii Microprocessor based protection unit MP6LSIg touch screen f L amp T Air Ciruit Breaker Type U Power omega with matrix protection and control unit MTX4 5 MCCB 415 volt fault level 36kA and above with O C S C and Earth fault protection for distribution application with 4 sets of spreaders for cable connection 25 kA for 100 160 Amps MCCB Make 1 Schneider Electric Merlin Gerin model compact NSX with electronic trip unit with micro logic 5 0 6 0 7 0A 2 ABB Tmax Series model TP5 electronic release PR 332 PR
14. applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations to the bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable E nn ae opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format 8 __ Confirm that the Bid comply with allthe terms condiions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No
15. cted The validity requirement of Performance Security is assuming Page 2 of 4 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 For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders iv The Bank Guarantee should be allowed to be encashed at all branches within India v Validity of the bid shall be minimum 120 days from the Bid Closing Date vi 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 vii 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 viii All the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name 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 with Organisatio
16. e no 04761 L amp T catalogue no 67DDTO amp 67DDT9 Merlin Gerin Ref no 15336 ii 1 No T P Power Contactor 4 Pole 65 Amps Make GE Siemens Merlin Gerin All necessary interconnection are dully tested as per IS 8623 E Foundation of feeder pillar Foundation of feeder pillar has to be made by bidder on Page 3 of 10 which feeder pillar has to be installed General Arrangement GA drawing of feeder pillar is enclosed for reference The foundation of feeder pillar shall be made up of 4nos 100mm diameter of MS pipe with base plate 300x 300 x 8mm and length of 1000mm which will be bolted with ISMC 100 base channel bolted to MS plate 200x50x8 with base plate of 300x300x8mm mm 4Nos 100mm diameter of MS pipe shall be grouted 400mm below the ground level with 1 2 4 PCC The foundation GA drawing and circuit design of feeder pillar shall be approved by us before starting of manufacturing One sample of the foundation component shall be approved by us before supply of the same F Make amp Specification Digital Multifunction meter Current Transformer LED HRC fuses Trip neutral close selector switch Air Circuit Breaker MCCB and MCCB with RCCB with CBCT Digital Multifunction Meter 1 Schneider Power logic PM200 series HPL Socomec Diris 141 Siemens PAC3200 Digital Ammeter with inbuilt selector switch Schneider electric HPL LT Siemens Current Transformer 1 Kappa Precise Electrical Pragati Electric
17. ection Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id reagarwal rediffmail com 10 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Page 4 of 5 Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail is NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd R BARMAN Sr MANAGER MATERIALS IP FOR HEAD MATERIALS Page 5 of 5 Annexure CCC Tender No amp Date SDI3974P15 Dt 24 06 2014 BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC 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 a
18. h O C S C amp E F protection electrically and manually operated spring charging shall be motorized and manual also The feeder shall have brought out terminals for terminating 3 nos 3 5core 240sqmm XLPE Aluminium Cables 1 Nos ii Digital Multifunction Meter V A Hz KW PF KWh with RS 485 1 Nos iii Current transformer 800 5 15VA Class 1 to IS 2705 Cast resin type 3 Nos iv LED Indication lights for indication of Supply On C B OFF ON TRIP CB 6 Nos v Trip neutral Close selector Switch 25 Amp 1 Nos vi Moulded HRC Fuse Holders with HRC Fuses for control circuit protection 6 Nos B INCOMER 2 It consists of the following components i 400A 4 pole Moulded case circuit Breaker Icu 50kA 415V AC 50Hz 1 Nos The MCCB shall have following settings Over Current Ir 0 4 to 1xIn Tr 5 to 30 seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 3 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1to 1 Seconds ii Current Transformer 400 5 15VA Class 1 to IS 2705 Cast resin type 3 Nos iii LED Indication lights for indication of Supply On C B OFF ON TRIP 6 Nos iv Digital Multifunction Meter V A Hz KW PF KWh with RS 485 1 Nos v Moulded HRC Fuse Holders with HRC Fuses for control circuit protection 6 Nos C Outgoing Feeders It consists of the following components i 630A 4 pole Moulded case circuit Breaker 36 kA 415
19. having facility to mount on DIN channel 13 All items of the feeder pillar must be approved by ISI or IEC with latest amendments for performance and safety 14 All items will be labeled 15 A screen printed drawing of complete circuits shall be pasted on the inside of door One screen printed sheet shall be mounted inside the FP door mentioning OIL s order no WBS no Provided by OIL at the time of drawing approval 16 One outdoor type screen printed sheet mentioning order no WBS shall also be pasted on the outside of the enclosure 17 Feeder pillar and all its components shall be guaranteed for one year after commissioning 18 Works Test Certificate for routine tests as per IS 8623 5039 12063 with calibrated testing equipment and wiring diagrams should be provided along with the Equipment Test certificate Page 9 of 10 of MCCBs is also required 19 The following documents are required to be submitted with the offer 1 Confirmation that the offered feeder pillar shall confirm to all the points of the tender Any deviation from the tender specs must be clearly mentioned with technical justifications In case of an order on the party complete tender specs and the deviations accepted by OIL in writing shall only be mentioned in the order ii General arrangement drawing of the FP 20 Detail foundation drawing drawing of feeder pillar showing termination details wiring diagram and complete bill of material mu
20. heat shrinkable PVC sleeves make Raychem RPG equivalent reputed make and shall be supported at required intervals with non hygroscopic non deteriorating and non inflammable SMC FRP supports Devi Polymer Power mate Sintex Electrofibre make having adequate mechanical strength and a high tracking resistance to withstand short circuit fault levels up to 50 kA for 1 sec All risers and connections from bus bar shall be carried out with same material as the main bus bars of current rating as per rating of individual cubicle switch To suit the stringent site conditions the bus bar system shall be designed with generous clearance between phases than specified in the standards Adequate non hygroscopic insulating sheet barriers between the bus chambers and feeders shall be provided The manufacturer panel nust have type test certificate from CPRI equivalent testing lab of national reputed for short circuit withstand of 50kA for one second on minimum 2000Amps Bus Bars Temperature rise test A copy of the test certificate shall be enclosed with the offer The feeder pillar as marked as street lighting control shall be with provision of Auto manual operation For manual operation local start stop push button with control circuit fuse carrier amp base of 16 amps of SM type with necessary control wiring shall be carried out with single core 2 5sqmm stranded copper wire and should have the following i 1 No Time Switch 230V AC Make Legrand catalogu
21. ial note Bidder shall confirm in the offer that offered outdoor type feeder pillar shall be Type tested and Type test certificate of feeder pillar shall be supplied before or at the time of pre dispatch inspection The type test shall be as per IS 8623 IEC 61439 from reputed testing Page 8 of 10 laboratory such as CPRI of equivalent independent test laboratory The bidder shall have the following type test certificate on offered feeder pillar with circuit breaker a Short time current withstand test b Temperature rise test c Degree of protection E Earthing Earthing of feeder pillar has to be carried out by bidder For earthing of each feeder pillar 2 Nos 100mm diameter GI pipe of 3mtrs length are required Therefore for earthing of 19nos of feeder pillar 38nos of earth electrode is required Earth electrode should be connected together and resistance of earth should be less than 5 ohm Earth electrode shall be connected with single core 70sqmm stranded PVC insulated alluminium conductor cable Length of single core 70sqmm stranded conductor for each feeder pillar is approx 20mtrs required Therefore for 19nos of feeder pillars 400mtrs of cable is required For each earth electrode brick wall enclosure of 600x600x600mm is to be made with RCC cover Earth electrode shall be 250mm above the ground level and each earth electrode shall have 2nos of 50x6mm GI strap of 150mm length welded for connection of cable F G
22. ing outgoing MCCBs shall be 450mm The entire sheet work shall be given seven tank anti rust treatment as per IS and then powder coated min 50 micron thick in light grey shade no 631 as per IS 631 The design should be as per IS 8623 13947 13703 4237 and IEC 61439 and suitable for ambient 40 C Max 5 C Min humidity 95 Max All components used must be suitable for the environment as mentioned All hardwires should be of high tensile steel amp Zinc passivated Size of spring washers amp flat washers should be as per relevant IS for individual bolt All the components shall be mounted on separate steel plate with necessary stiffeners or suitable channels so that all the components can be checked and replaced from front side after opening the door All incoming and outgoing cables shall enter the enclosure from bottom side Bottom plate shall have individual detachable gland plates for all cables These detachable plates shall be accessible and removable from inside All cable entry plates shall have knockouts The feeder pillar shall be double door type and the main components of feeder pillar shall be operated after opening of Ist door Page tof 10 Details of components Feeder Pillar 3 nos Outdoor Type It consists of the following A INCOMER 1 Incoming Feeder amp Instrument It consists of the following components i 1000A 4 Pole Icu 50 kA up to 500V AC 50Hz draw out type Air Circuit Breaker wit
23. ll be grouted to take the load of feeder pillars The power supply of feeder pillar shall be fed from nearest 11K V 415 V substation The design materials and components of feeder pillar shall therefore be of the highest order to ensure continuous and trouble free service over the years All the feeder pillar shall be installed and commissioned in housing area and industrial civic area Constructional Details Feeder pillar shall be self supporting outdoor type dust vermin and weatherproof suitable for mounting on MS pipe channel foundation The structure of feeder pillar shall be made with 3 15mm thick CRCA sheet and 75x40x6 mm base channel as required The degree of protection of enclosure shall be IP 55 Heavy duty 2 4nos Lifting hooks shall be provided for lifting of feeder pillar The door shall be in parts and shall have locking arrangement with special type key and additionally facility for padlock shall be provided Doors shall be provided on both sides Danger Plate fitted on both sides Canopy type sloping roof in addition to the main enclosure roof shall be provided to prevent ingress and accumulation of rain water and provide additional protection against leakage The roof extension shall cover the top side of doors to prevent leakage of water Feeder pillar shall have a heavy duty base framework The frame design shall be such that the height between bottom cable entry plate and the connection hole of brought out link of incom
24. ll in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 Ifthe Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Page 1 of 5 2 Section 2 Commitments of the Bidder Contractor The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe the following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Contractor will not enter wi
25. loaded 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 capabilities shall be considered as on the Bid Closing Date a Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 399 58 Lakhs 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto one week prior to the bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password 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 been also provided through OIL s web site www oil india com NOTE PSUs and SSI units are provided tender documents Free of Co
26. n s Name digital certificate will be rejected ix Technical RFx Response folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected x Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered x1 Integrity Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of 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 2 0 BID EVALUATION CRITERIA BEC Page 3 of 4 The bids conforming to the technical specifications terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC
27. nd Conditions vide MM LOCAL E 01 2005 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 LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the specifications and terms and conditions given in this document Notwithstanding the general conformity of the bids to the stipulated specifications the following requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected A TECHNICAL i Offer shall be complete in all respect to meet the technical specifications as per NIT Bidder shall be a panel manufacturer of 415V AC switchboards PCC panel PMCC panel outdoor type feeder pillars and also authorized dealer channel partner of switch gear manufacturer ii The bidder must quote for both a supply of outdoor type feeder pillars b installation and commissioning of feeder pillars without which the offer will be rejected ii1 The bidder should have successfully supplied and commissioned minimum 6 nos of switch board PCC panel PMCC pane outdoor type feeder pillar in Central Govt State Govt PSU in last 5years as on bid closing date iv The Bidder shall have designed engineered manufactu
28. nd 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 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 8 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 9 0 a The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of 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 b The name of the OIL s Independent External Monitors at present are as under i SHRI N GOPLASWAMI I A S Retd Former Chief El
29. ndered can be The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A 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 Page 1 of 5 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 f Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be up
30. ndia Limited OIL hereinafter referred to as The Principal And Name of the bidder rocscscccccnsicetecsecccosss hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI3974P15 The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned international Non Governmental Organisation Transparency International TI Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Principal wi
31. nsation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous transgression The Bidder declares that no previous transgression occurred inthe last 3 years with any other Company in any country conforming to the Tl approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tende
32. nsists of the following components 160A 4 pole Moulded case circuit Breaker Icu 25kA 415 V AC 50 Hz 1 Nos Over Current Ir 0 4 to 1xIn Tr 3 to 15seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1 to 1 Seconds Page 7 of 10 i Current Transformer 100 5 1SVA Class 1 to IS 2705 Cast resin type 3 Nos ii LED Indication lights for indication of Supply On C B OFF ON TRIP CB 6 Nos iii Moulded HRC Fuse Holders with HRC Fuses for control circuit protection 6 Nos B Outgoing Feeders It consists of the following components i 100A 4 pole Moulded case circuit Breaker 25kA 50 Hz 415V AC 6 Nos The MCCB shall have following setting Over Current Ir 0 4 to 1xIn Tr 3 to 15 Seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Earth Leakage Relay Micro Processor based with CBCT Current Settings 30 mA to 30A Time Settings 0 15 to 5 Sec Other part are same as item 10 Item No 50 Installation and commissioning OTY 1 AU A Installation testing and commissioning of feeder pillar has to be carried out by Bidder For installation and commissioning of feeder pillar specialist engineer is required from the manufacturer for testing of ACB MCCB and relay A person holding the certificate of competency of supervising and skilled work permit holding technician valid fo
33. ocess or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the Page 2 of 5 amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years The Bidder accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice If the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compe
34. of the following components i 630A 4 pole Moulded case circuit Breaker 415V AC 50Hz 36kA 2 Nos The MCCB shall have following settings Over Current Ir 0 4 to 1xIn Tr 5 to 30 seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 3 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1 to 1 Seconds ii Digital Multifunction Meter V A Hz KW PF KWh with RS 485 1 Nos iii Current Transformer 400 5 15VA Class 1 to IS 2705 Cast resin type 3 Nos iv LED Indication lights for indication of Supply On C B OFF ON TRIP CB 6 Nos v Moulded HRC Fuse Holders with HRC Fuses for control circuit protection 6 Nos B Outgoing Feeders It consists of the following components i 100A 4 pole Moulded case circuit Breaker 36kA 50Hz 415VAC 16 nos The MCCB Shall have following setting Page 5 of 10 Over Current Ir 0 4 to 1xIn Tr 3 to 15 Seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Earth leakage protection CBCT amp ELR Current Settings 30mA to 30A Time Settings 0 15Sec to 5 Sec ii 100A 4 pole Moulded case circuit Breaker 25kA 50Hz 415V AC 2 Nos The MCCB shall have following setting Over Current Ir 0 4 ti 1xIn Tr 3 to 15 Seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Instantaneous protection against short circuit with fixed threshold If 5kA Earth Fault 0 2 to 1In Tg 0 1 to 1 Seconds
35. parties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations Page 4 of 5 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e
36. pening of first door handle of MCCB ACB and metering etc can be viewed from outside 31 4 No s heavy duty lifting hooks shall be provided for lifting of feeder pillar 32 2 No s passivated heavy duty type nuts and bolts shall be provided for connection of earthing on two opposite side 33 3 No s LED for R Y B phases shall be provided showing availability of power 34 For incoming and outgoing cable connection brought out terminals shall be provided 35 Suitable size of single compression M S cable gland of size 3 5C 240 sqmm AL conductor XLPE cable and 4 cores 10 sqmm conductor cable shall be provided along with feeder pillar Suitable size of holes shall be made in detachable gland for incoming and outgoing feeders The cable gland is to be supplied and fitted in the feeder pillar by bidder as per requirement of incoming and outgoing feeders 36 For cooling of the component louver arrangement shall be made in the feeder pillar 37 All the control circuit wiring shall be connected with terminals blocks ferules for easy identification 38 higher version of components with same feature as mentioned in make list of components having proven track records of components may be acceptable to OIL NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance compliance to all the NIT terms and conditions of NIT Page 10 of 10 non Annexure DDD INTEGRITY PACT Between Oil I
37. r ASSAM is also required at the time of energizing checking connection the feeder pillar Work schedule is to be made by bidder and same shall be approved by oil s engineer before commencement of work All tools and tackles like insulation tester multimeter earth megger should be supplied by bidder for testing of panel Secondary injection testing of ACB is required at site before energizing of the feeder pillar All testing instruments should be with valid calibration and certificate of calibration shall be submitted at the time of testing Commissioning The supply installation and commissioning of all feeder pillar shall be completed within 8 months after issue of purchase order B Test and Inspection The feeder pillar shall be inspected by Oil s Engineer at manufacturer s premises prior to dispatch Routine test on the individual components and on feeder pillar including primary and secondary injection test in accordance with IS shall be carried out at the manufactures works which shall be witnessed by OIL Engineer The supplier will have to give 15days advance intimation to enable depute OIL representative for witnessing the acceptance and routine test C Warranty The goods equipments shall be of best quality and workmanship The equipment shall be guaranteed for twelve 12 months from the date of commissioning against defects arising due to material workmanship or design Relay will also be included in this guarantee D Spec
38. r process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors The Bidder Contractor undertakes to demand form all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing Page 3 of 5 2 The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the
39. red tested and supplied at least one set of 415V PCC PMCC switch board outdoor type feeder pillar with circuit breaker rated minimum 415V 1000A 50 kA for 1 sec in the last five years and must have proven track record and operating satisfactorily for at least a period of one year as on bid closing date v Bidder shall submit documentary evidence such as purchase order Page 1 of 4 completion certificate and other necessary details and documents along with offer for iii and iv B COMMERCIAL i ii iii Bids are invited under Single Stage Two Bid System Bidders have to submit both the Techno commercial Unpriced Bids and Priced Bids through electronic form in the OIL s e Tender portal within the bid Closing date and time stipulated in the e tender The Techno commercial Unpriced bid is to be submitted as per scope of works and Technical specification of the tender and the priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway Bid security The bid must be accompanied by Bid Security of Rs 3 99 500 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security shall be submitted manually in sealed envelope superscribed wi
40. rom the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File Page 3 of 5 4 0 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 Materials Materials Department Oil India Limited Duliajan 786602 Assam 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 5 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 6 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date a
41. st 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 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response 3 2 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions Page 2 of 5 3 3 A screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid Technical RFx ss vq RFx Response Number 60006452 RFx Number TEST2 Status q RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx as Vv Ota Print Preview Event Parameters Service and Delive
42. st be submitted to OIL for approval within 15days after placement of the order The manufacture should start after approval of the drawings by OIL 21 Multifunction meter shall be provided in the incomer of all type feeder pillars 22 3 no s fuse carrier and base of 16 Amp of SM type with 4 Amp HRC fuses shall be provided for power supply of multifunction meter 23 The auxiliary power supply of multifunction meter shall be 230 VAC 2 No s Fuse carrier and base shall be provided for auxiliary power supply of the same 1 No s 2 amp HRC fuse and 1 No s link shall be provided for auxiliary power supply for the same 24 Current transformer shall be cast resin type and rating of CT as mention and accuracy class of CT shall be 0 5 25 Digital Ammeter 3 Phase with inbuilt selector switch shall be provided for 4 poles 400 Amp 250 Amp MCCB with size 96x96 mm 26 Core balance current transformer with earth leakage relay shall be provided for all 4 pole 100 Amp MCCB for 8 No s feeder pillar 27 All feeder pillars shall have double lockable facility and also pad locks 28 For street lighting feeder i e 100 Amp 4 poles MCCB shall have automatic lighting arrangement with digital electronic timer and contactor with ON OFF manually facility also 29 1000A ACB shall have indication facility for triping on O L S C amp E F protection and 630 400 250 100A MCCB shall have trip indication 30 Feeder pillar shall be double door type After o
43. th Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam 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 and time the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto 14 06 15 In case of extension of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Performance Security Successful bidder will be required to furnish a Performance Security 10 of the order value For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Performance Security must be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier Bidder must confirm the same in their bid Offers not complying with this clause will be reje
44. th other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted electronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question the Principal is entitled to disqualify the Bidder from the tender pr
45. urrent Ir 0 4 to 1xIn Tr 3 to 15 seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1 to 1 Seconds iii 100A 4 pole Moulded case circuit Breaker 25kA 50Hz 415V AC 2 Nos The MCCB shall have following setting Over Current Ir 0 4 ti 1xIn Tr 3 to 15 Seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 5 Seconds Instantaneous protection against short circuit with fixed threshold If 5kA Earth Fault 0 2 to 1In Tg 0 1 to 1 Seconds Other Part are same as item 10 Item No 40 Supply of Feeder Pillar F1 Bungalow Oty 1No Feeder Pillar F1 Bungalow 1No It consists of the following A Incoming Feeder amp Instrument It consists of the following components i 250A 4 pole Moulded case circuit Breaker 415 V AC 50 Hz 36 kA 1 Nos Over Current Ir 0 4 to 1xIn Tr 5 to 30 seconds Short Circuit Im 1 5 to 10xIr Tm 0 01 to 0 3 Seconds Instantaneous protection against short Circuit with fixed threshold If 5kA Earth fault Ig 0 2 to 1xIn Tg 0 1 to 1 Seconds ii Digital Multifunction Meter V A Hz KW PF KWh with RS 485 1 Nos iii Current Transformer 200 5 15VA Class 1 to IS 2705 Cast resin type 3 Nos iv LED Indication lights for indication of Supply On C B OFF ON TRIP CB 6 Nos v Moulded HRC Fuse Holders with HRC Fuses for control circuit protection 6 Nos Incomer 2 It co

Download Pdf Manuals

image

Related Search

Related Contents

I_bible: 5.5MB  #61-830 Voltage Performance Monitor  VDRJM10 Manuel Installation_Fr_En_V2.3  Sculpture® Plus™ Composite  WebSite_8.5x11 (Page 1)  Manual del Usuario  

Copyright © All rights reserved.
Failed to retrieve file