Home
SDI9240P16 - Oil India Limited
Contents
1. nmin hte anana i WWOO99 TS IH aavns 8 1 oe 591 NIN d tem PCO ESR E NOILO3S MOVIOH lol Tum _ GBNOIHSAD SdAL ON Honea gt 1 WW008K O09 9192 1 obi gs 501 prised MILA 903 314 wh 9673 2 RANMA Eaa e A wens ersten nese ARE gt i ne a ne ee en io 5 cl MSaLLAHS ONIGITS 2075 5 yen wo STEVI SHINO J ae ae snr etn OAE MW 16 5 ere A 5 5 E sE EPE r mainaa rsh iene ie
2. Seon i te a g ERA z 3 5 5 Chieti mes ae pi ition esi nee 2 cen eee VERE AR a Eee nia igh Lahde UN sit 5 gt agai ES A sate ikg sept yt Sieh Soy dias ey ea Ses Gada gt ea AN west Sa ita aps gt SCTE at REPENS oe LABS Lact tke eee Technical Bid Checklist Bidder s Name SL NO TENDER REQUIREMENTS Bidder to confirm that he has not taken any exception deviations to the bid document 1 2 Confirm that the product offered strictly conform to the technical specifications Annexure EEE Compliance by Bidder Indicate Confirmed Not Corresponding page ref of Confirmed Not applicable unpriced bid or Comments Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable Confirm unconditiona
3. 7 16 PNINIOASY OO kanes adan NOI ANNO et a i Tien ONENESS RECN ao oiai lo tO ie tc Sea etnies adanan a inflict eed ONION EA mse mt st un mg timigi ae WaOa LY a eS tein RSL RN an n Wee Miamira SNINYJM 5 ONI 5 006 KE 059 1 mi ega _ 1 11 MGSINDNALXa 02 i ane Sat gt gt _ NO a ae E SON 19 9015 NIAT OK i A N E E S a a ae a eae c WW OOGS9 i em aiea aeee ne e G o 006 AUGSEX ine
4. 65N 8 MED YST 240 STRUCTURAL TUBE WALL t STEEL DOG on is FRAMING fee DETAIL 450 2000 2000 2000 PLAN t P ALL DIMENSIONS ARE MILLIMETRES 4 i Pe 2 TOE COE in Sree bad ee A ean oN vey We soe SS py 27 M nat a A ee a ee E seen a area Ye ves GABLE END COVERED WITH 06 THK M S SHEET ESE Re 5 a DETAIL OF WALL NOS 3 amp 4 2 PURLIN 50 NB YST 240 STRUCTURAL TUBE 40 NB MED YST 240 STRUCTURAL TUBE SA 50 50 6 amp 75 LG PUR 3100 65 NB MED YST 240 STRUCTURAL TUBE 1 6 THK M S SHEET AMM THK MS PLAT 50 THK TIMBER PLANK 125 x50 TIMBER 250 x12 THK M S PLATE ae 110 NB MED YST 240 PLAN STRUCTBRAL TUBE 2 FIXING DETAIL OF DOOR D ISMB 250 5 SECTION AA 1 02 BOLTS BE USED FOR FIXING TIMBER FRAMING 2 ALL 65 NB MED YST 240 STRUCTURAL TUBE FOR POST amp WALL
5. 139 1 1 ONIATHOM 139079 x dais Sansone me oe 4 3 aac apace E E SEEE AT ne sheer oti ne he ULL 59 GULI 3215 1a i ay va ON MAO M GEES 38815 5531 NIVIS Ub 7 a cp ay ity Dosen ee 7 Sa 4 3 3 12 A lt 2 2g Ly i pa LNANI NI 8 i oO a E i L i ne 14 ON 5 6 arava cased feat padni AAN INATA n SENAY BAVARESE aeS EAEE AE HT SBAA E IEEE IIS CO BADER NEON ob ASOD ALOR ANDROL eee 9 AOL V9 315 SSBI
6. Amount and Validity is not received or paid online within bid closing date 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 format of Bank Guarantee towards Bid Security Annexure has been amended to Annexure VII Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only 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 despatch Bidder must confirm the same in their bid Offers not complying with this clause will be rejected The validity requirement Performance Security 15 assuming despatch within stipulated delivery period confirmation to all terms and condition
7. Model 2 Processor Intel Core 17 55000 Processor with Intel HD Graphics 5500 2 4 GHz 4MB cache 2 cores Minimum 3 OS Windows 8 1 with latest service pack and recovery CDs 4 Memory 8 GB DDR3 Minimum 5 HDD 500 GB Minimum 6 Weight Not more than 2 5 KG including battery 7 Display 14 Minimum XGA 8 Optical 8x DVD RW Drive 9 Keyboard Standard keyboard with touch pad pointing stick 10 Mouse External Optical USB scroll Mouse 11 Connectivity a Minimum 2 USB ports Page 3 of 8 b Integrated 10 100 1000 Mbps Ethernet c 56 Kbps V 92 inbuilt modem 12 Wireless Intel Pro Wireless 13 Audio Stereo sound with internal speakers Integrated Microphone 14 Battery 6 cell Li Ion Battery Minimum with minimum 3Hrs Battery Backup under standard working Conditions 15 Adapter External AC adapter 230v 50 Hz ac input with Power Cord 16 Webcam Integrated Web Cam with Digital Microphone Camera Software 17 Ports 1 VGA Headphones out amp Microphone in jack 1 1 x RJ45 18 Others a System should be Energy star 5 0 b All Drivers on CD Media c OEM s carrying case d User Manual 19 Complete with an All in One Colour Printer ELECTRICALS Electrical scope of supply shall include the following 1 For incoming power supply one 32A rated SPN Main switch make Havells C amp S electric or equivalent shall be suitably fixed outside the cabin house at a height of ap
8. OIL 9009 A GENERAL DESIGN AND CONSTRUCTION The design of the bunkhouse shall be such that complete unit can be transported in by truck trailer in all weather conditions The prefabricated laboratory shall be capable of having self stability and withstand storm conditions Also it must be protected pre treated with quality and specified paints for non corrosion SHELL The bunk house shall be fabricated of tested quality rolled sections MS pressed steel sections and components and fully welded to from an integrated rigid structural frame comprising off the base skid bottom under frame peripheral structure including side and end external walls panels vertical corner posts special designed high grade corner castings as per IS standard which shall facilitate easy transportation lifting placing and self draining roof with internal pressed steel roof sections and as per detailed specifications BASE FRAME The main bottom base frame shall be fabricated and welded out of tested quality MS pressed steel channel sections rolled steel channel sections These shall be of ISMC 100mm x 50mm and all the interconnecting cross members also are of ISMC 100mm x 50mm duly welded length wise and breadth wise and conveniently equi spaced and covered with 1 5mm MS plate continuously welded FLOORING 19mm BWR marine Plywood board confirming to IS 710 manufactured by Kitply Greenply Swastik Sudarshan ITC equivalent shall be fixed with self tapping sc
9. 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 All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on 5 website www oil indiaccom and e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued Page 1 of 4 in the press Prospective bidders requested to regularly visit the website and e portal to keep themselves updated f 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 g Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format
10. in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience their financial capabilities shall be considered D as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 37 36 Lakhs Note For Annual financial turnover enclose the audited Annual Reports or balance sheet certified by a chartered accountant 2 0 Vendors having OIL s User ID amp password shall purchase bid documents on line through OIL s electronic Payment Gateway Vendors who do not have OIL s User ID amp password shall obtain User ID amp password through online vendor registration system in e portal and can subsequently purchase bid documents through OIL s electronic Payment Gateway Alternatively 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 B C date_ or_as amended in e portal The envelope containing the app
11. of 8 10 Entire electrical installation work has to be done by licensed electrician as per CEA Measures relating to safety and electric supply Regulations 2010 Test report of the entire electrical work as per CEA Measures relating to safety and electric supply Regulations 2010 will have to be submitted to OIL 11 All furniture should be of executive class Bidder should forward catalogue drawing with specification of all items along with the quotation 12 Bidder must confirm clarify all the clauses of NIT point by point and the offer should be forwarded along with price break up of each and every item 13 Warranty Guarantee The laboratories including all the bought out items should have minimum onsite warranty of one year from the date of installation Warranty Guarantee for the painting and coating should be for two years against any failure rusting etc ITEM NO 2 SKID MOUNTED CHEMICAL GODOWN _ QTY 02 NOS TECHNICAL SPECIFICATION FOR SKID MOUNTED CHEMICAL GODOWN As drawing No OIL 4708 A copies of drawing are enclosed herewith Basic Specifications a Dimensions i Godown Length 8000 MM Breadth 2200 MM Height 2400 MM Skid ISMB 250 Length 8900 MM Breadth 2550 MM b Material of Construction i Floor 50MM X 300 18 class seasoned Hollock timber ii Wall 1 6 MM MS plate with 4 0 MM MS plate from bottom to 600MM As per drawing attached ii Roof 2 5 MM MS
12. Annexure I OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India E mail material oilindia in INVITATION FOR BID LOCAL COMPETITIVE BID OIL INDIA LIMITED invites Local Competitive Bid LCB through its e procurement portal https etender srm oilindia in irj portal for the following items Tender No Bid Closing Item amp Qty Opening Date SDI9323P16 DT 24 11 2016 21 01 2016 30KVA WATER COOLED DIESEL SINGLE STAGE TWO BID SYSTEM ENGINEDRIVENSENERATING SET SDI9240P16 DT 13 11 2016 21 01 2016 PRE FABRICATED LABORATORY 02 NOS SINGLE STAGE COMPOSITE BID AND SYSTEM CHEMICAL GODOWN 02 NOS SDI9310P16 DT 23 11 2016 21 01 2016 AC BUNK HOUSE 03 NOS SINGLE STAGE COMPOSITE BID SYSTEM SDI9311P16 DT 23 11 2015 21 01 2016 AC BUNK HOUSE 01 NOS SINGLE STAGE COMPOSITE BID SYSTEM Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Period of sale of documents till One week prior to bid closing date The complete bid documents and details for purchasing bid documents participation in E tenders are available on OIL s e procurement portal https etender srm oilindia in irj portal as well as OIL s website www oil india com NOTE All addenda Corrigenda time extension etc to the tenders will be hosted on above website and e portal only and no separate notification shall be issued in the press Bidders should regularly vis
13. Curtains of best quality handloom with gray lining shall be provided on all windows which shall be laminated from outside to match inner panelling and polish painted from inside with suitable curtain rods All windows shall be provided with steel aluminium collapsible weather sheets which when folded shall completely close the window All windows and doors shall have rubber sealing to ensure complete insulation leakage Iron grills of 2 0mm MS pate will be provided in the windows from outside for safety purpose PARTITION WALL WITH SLIDING DOOR Internal partition wall with a sliding type door of 750mm wide and 1981 mm height and 25mm thickness will be provided in the desired place as shown in the sketch This will have external finish on both sides similar to the internal panelling of the bunk house The sliding door will have independent locking arrangements from both the sides which be suitable for handling WOOD Laboratory working platforms wooden closets with sliding shutters and wooden working table will be required as per specifications drawn in drawing No OIL 9009 A All wooden materials shall be of white ant proof and will be able to withstand climatic condition COMPUTER AND PRINTER One Laptop branded Computer along with an All in One Colour Printer in each prefabricated laboratory must be equipped with the following specifications Make Dell HP IBM ACER HCL Wipro or equivalent 51 Items Detailed Specifications No 1 Quoted
14. D AAEN POE Sa A Tne ts N E EE IAAT Mg ee SER P ES o E E A OR ta MED YST 240 STRUCTURAL TUBE 2 5 THK M S SHEET ROOFING CURVE 25 LWM XPM SHEET ON TOP AT FRONT amp BACK SIDES ONLY e RA Ne ee eee Boa oS E T ene nee 5 NOS 100 LG HINGE 15 35 35 6 DOOR FRAME LG THK M S SHEET 45 x6 THK F S lag wie ee E ET Pai gt i 1 l i l i i LIN CLEAT ELEVATION 65 NB MED YST 240 _ STRUCTURAL TUBE P OST th ASA 40 40 6 f FRAME trasy ae rn 73 f f wl t6THK M S SHEET AMITK MS PLATE __ AT BOTTOM 925 AA Dees te TELS A R eee Se 45 0 3 Ne ee aii See 37 29 Se AG Sa Shee bobo pog SA
15. FRAMINGS 3 FOR ROOFING amp SIDE SHEETING USE MACHINE WASHER ONLY 4 NO BOLT TO BE USED FOR CURVED WHICH SHALL ALL BE STITCH WELDED WITH PURLIN 5 DOOR FRAMES MADE OF ANGLE SECTIO 2502 x 12 M S PLATE 6 ALL TUBULAR SECTIONS SHALL CONFORM TO 15 1161 1979 15 806 1968 o ALL STRUCTURAL STEEL SHALL CONFORM TO 1S 800 1962 Si 8 ALL HEX BOLTS amp NUTS SHALL CONFORM TO 165 363 1967 9 5 SHEETS SHALL HAVE STITCH WELDS 75 LONG 150 GAP WITH ALL ADJOINING STEEL MEMBERS 10 ALL WELDED FABRICATION EXCEPT OTHERWISE SPECIFIED 11 ALL XPM STEEL SHEET SHALL CONFORM TO 18 412 1975 12 TWO COATS OF RED OXIDE PRIMER amp TWO COATS OF ENAMEL PAINT TO BE PROVIDED TO ALL EXPOSED SURFACES OF STEEL WORK RUBBERISED ANTICORROSIVE PAINTS TO BE MED YST 240 PROVIDED TO OUT SIDE FACES 470 THK MS PLATE WALL STRUCTURAL TUBE 13 FOR DOOR M S ALDROPS SHALL BE PROVIDED FOR LOCKING ARRGT 14 DO NOT SCALE _ F A 45 i t peo TRACED ON 17 01 96 IY i E3 i i 5 P DRAWING OFFICE E DULIAJAN et 1 6 SCALE TITLE oe os fesen SKID MOUNTED GODOWN MODIFIED AS PER LETTER i 3 Ra REF NO CHEM 26 o c Ben 2003 1 0 03 CHEMICAL DE DRG No 4 Po E BRIEF RECOR
16. OP WAND Me a 5 AS get T e My ON SY Pe m 7 by A A l i eL ee 6 ES ROH ANNE AALS te a eee __ ISW J Hg LNOAN SE wag 17 2 oe Tora 39H40 ONIMYAA A VIANI 3 m 9009 pe in i SERIE CEA GIP p4 o AEA NAS Naya tanai amani ene eee dyuaptusay LIMS A aves im 18205 HJLIMS 3 3216 LHOIT SERET aS _ nat O he prt cose eA OAL _ HALIM Brava SNINBOM 77 195012
17. Page 4 of 4 Annexure CCC Tender No amp Date SDI9240P16 Dtd 13 11 2015 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 and 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 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 The bidder to confirm that the material of all steel work shall conform to 15 2062 1999 Previously IS 226 1975 For Skid Mounted Chemical godown the bi
18. S 1 1 5 sq mm copper cable with earth wire of 1 5 sq mm for point wiring 2 5 sq mm copper cable with 2 5 sq mm earth wire for circuit wiring from DB to switchboard and 5 Amp sockets 4 0 sq mm cable with 4 0 sq mm diameter bare copper earth wire for power sockets iv 10 sq mm 3 core for phase neutral and earth cable from the main switch outgoing to the DB Page 4of 8 7 All wires shall be colour coded as Red for Phase Black for neutral and Green for earth Make Finolex Havells or equivalent 8 All points shall have individual switches and independent neutral wire All light and fan points shall be suitably distributed in the switchboards with individual switches Switchboards shall be made of concealed type metal boxes of standard quality with modular top plates and support plates BIS approved 9 All switches and switch sockets shall be flush modular type BIS approved make Anchor Havells Phillips or equivalent 10 Following lighting arrangement to be provided 1 Decorative florescent 36W with acrylic white translucent cover ceiling mounted 03 nos make Havells Phillips or equivalent Study light 18W florescent 01 make Havells Phillips or equivalent Bed side reading lamp 01 no make Havells Phillips or equivalent iv External light bulkhead type fitting with metal grid protection 1 no This fitting should be fitted in a recess space preferab
19. UVis 3 A gt mae ae CK SON 2 Niavo 5 74 ve 5 1a 1 L 3 Wo a 5 ae CI seat i te Pn ani l ee es vette Anh FNS AA LN TE ES AREA SONP ONY 3099 OLINBSOW MOONI IM 8 y fe me LE 10491102 a A ee se WOOO 7 NOIL99S MONON at ae 250 AG OL IMOM BWY MS 77W H F gt Am Sarin alsa ENEN EAE eee eee Al os tas n bey 2 i Sono ANAG KISINAN ILON Al 5 Ne GaT Wish NS HAIM 30 15 3 gt 43 4 ties 1 Ni ee 5 19 4 4 i a 4 a 9 dod 9 55 ATH ze 2 ESR TEAS SER ce TIYA 5 3998 30 300 SONI MOD
20. ace in the front side in the exterior side of the bunk house SPECIAL TERMS AND CONDITIONS 1 Item should be constructed as per drawing OIL 9009 A 2 All other details are given in NIT 3 Terms and condition as per NIT and enclosed drawing 4 The bidder should indicate their delivery schedule 5 Each Bunk house should be offered for inspection to representative of GM Chemical at the following stages of fabrication On completion of fabrication job before applying primer coating On completion of the jobs before dispatching the complete bunk house At any time during fabrication 6 Purchase order no and WBS no should be weld written on each bunk house 7 Chemical Department s name and OIL logo should be written on each bunk house which will be confirmed during inspection 8 Minor changes in the specification may be done during the course of fabrication of bunk house In this case the party will be advised in writing by the representative authorised by GM Chemical 9 Bidder shall submit electrical schematic with earthing scheme amp indicative bill of materials along with quotation In case of order the successful party has to submit detailed electrical drawings bill of materials and specification of all materials including light fittings fans etc at least 30 thirty days prior to start of work All modifications in the work plan and item description as required by OIL shall have to be agreed by the party Page 6
21. as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria 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 To ascertain the substantial responsiveness of 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 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 3 of 3 TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI9240P16 DTD 13 11 2015 Complied Not Complied Remarks if any ITEM NO 1 PREFABRICATED LABORATORY QTY 02 NOS TECHNICAL SPECIFICATION FOR PREFABRICATED LABORATORY The Prefabricated Laboratory should conform to specifications and dimensions as shown in Drawing No
22. bmitted if applicable a Bid Security Amount In Rs SINo Remarks ___1 O See __ Po __3 O ae a aa 26 __ 8 O PO 10 Details of Bid Security Submitted to OIL if applicable b Bid Security Valid upto ____13 O Po 15 O Do If Bid security submitted as Bank Guarantee Name and Full Address of Issuing Bank including Telephone Fax Nos and Email id of branch manager Bid Security if Not submitted reasons thereof Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you have quoted your own product If bidder is Small scale unit whether you are eligible for purchase preference as per Govt guideliness Whether filled up the bank details for online payment as per Annexure GGG 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 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 Provide
23. dder to confirm that all timber used must be 1st class seasonal Hollock timber Bidder shall have successfully executed a single order of value not less than Rs 11 20 lakhs for fabrication of similar Steel Crew huts Crew cabins bunk houses steel godown steel laboratory etc successfully in last 3 years as on bid closing date Necessary evidence in the form of order copies proof of supplies acceptance performance certificates should be submitted along with the offer iv Only one joint in each length of the skid may be allowed The joint should have complete penetration bolt welded and provided with splice plates B COMMERCIAL 1 Validity of the bid shall be minimum 120 days from the Bid Closing Date Bid security The bid must be accompanied by Bid Security of Rs 37 500 00 in OIL s Page 1 of 3 prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may be submitted manually in sealed envelope superscribed with 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 The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto 21 11 2016 Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned
24. e door shall open from outside The main door shall be made from high grade 3 2mm thick steel frame work and shall be insulated with glass wool of 40mm thickness for eliminating heat transmission and shock This external side shall be caddle with 1 6mm steel sheet with 2 vertical corrugations and the interval shall be with BWR grade 9mm marine plywood hot pressed and phenol with decorative laminated sheets similar to interior finish The door shall be provided with heavy gauge brass steel container type piano hinges or bush and bearing arrangements with superior quality catches aldrops padlocks tower bolts and handle grips Manually operating type locking arrangements from both internal and external sides of Godrej Chandan make 7 lever shall be provided Rubber gasket packing shall be provided around doorframe for complete weatherproof ness Heavy duty stopper for door shall be provided so that it does not get closed with blowing wind The hinged shall be strong enough that it does not get closed with blowing wind the hinges shall be strong enough to with stand the load of door during its operation in high wind stormy conditions Windows shall be made from high quality aluminium anodized extruded section of size 800mm Page 2 of 8 x 600mm and shall be of sliding type fitted with 5 6 mm shutter proof safety clear glasses Mosquito nets shall be provided on suitable frame work inside outside with stainless steel fly proof mesh
25. he suppliers at their own costs 7 For further clarification the suppliers may contact GM Chemical in any working day during office hours 8 Following should be marked with welding on the front side of the godown in capital letters a CHEMICAL GODOWN OIL INDIA LIMITED b WBS Element No Which shall be provided by Chemical Deptt 9 Warranty Guarantee The laboratories including all the bought out items should have minimum onsite warranty of one year from the date of installation Warranty Guarantee for the painting and coating should be for two years against any failure rusting etc 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 8 of 8 RE a ISA 40 40 6 DETAIL OF WALL NOS WALL 1 AS SHOWN WALL AS SHOWN BUT WITHOUT VERTICAL POSTS VPI amp VP2 L amp 2 SHEETING JOINTS TO BE CONTINUOUSLY WELDED MAKING IT WATER PROOF 2 5 6 SHEET ROOFING COVER FRONT ELENATION THK x300 WIDE TIMBER PLANK 16 THK M S SHEET WALLING 125 TIMBER TRUSS WALL 2 OF TRUSS 4 TRUSS to TRUSS OF TRUSS MAESEN ance WALL NO 4 2 go ee
26. ided diagonally on the skid outside for making double and distinct earthing connections of the bunkhouse 18 Bidder shall submit electrical schematic with earthing scheme amp indicative bill of materials along with quotation 19 In case of order the successful party has to submit detailed electrical drawings bill of materials and specification of all materials including light fittings fans etc at least 30 thirty days prior to start of work All modifications in the work plan and item description as required by OIL shall have to be agreed by the party 20 The electrification job shall start only after approval of drawings and sample of material by Head Electrical in writing 21 Entire electrical installation work has to be done by licensed electrician as per CEA Measures relating to safety and electric supply Regulations 2010 22 Party shall notify OIL for inspection of wiring work before fixing of panels at least 15 fifteen days in advance 23 Test report of the entire electrical work as per CEA Measures relating to safety and electric supply Regulations 2010 will have to be submitted to OIL Page 5 of 8 PRE TREATMENT amp PAINTING The surface preparation for all steel surfaces shall be shot sand blasted or pre treated with anti corrosive chemicals including degreasing de rusting and phosphating and these shall be additionally coated with red oxide zinc chromate primer conforming to IS 2074 The externa
27. ill be rejected 8 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 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 9 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected Page 3 of 4 10 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer 11 0 If Bank Guarantee is submitted towards Bid Security then bidders have to ensure that the Bank Guarantee issuing bank indicate the name and detailed address including e mail of their higher office from where confirmation towards genuineness of the Bank Guarantee can be obtained NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd T ROY DEPUTY MANAGER MATERIALS IP FOR HEAD MATERIALS
28. it above website and e portal to keep themselves updated OIL INDIA LIMITED F A Government of India Enterprises Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email tuhin_roy oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI9240P16 DT 13 11 2015 Tender Fee Rs 1 000 00 Bid Security Amount Applicable Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Not Applicable OIL invites Bids for Procurement of Pre Fabricated Laboratory Qty 02 Nos and Skid Mounted Chemical Godown Qty 02 Nos through its e Procurement site under SINGLE STAGE COMPOSITE BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM 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 tendered can be The tender will be governed by a b General Terms amp Conditions for e Procurement as per Booklet MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure The prescribed Bid Forms
29. l surface of the bunk house shall be finally painted with two coats of corrosion resistant synthetic enamel paint rubber chlorinated paint of poly urethane based paints of reputed make and quality as per international standards and desired thickness The under frame and skid shall be painted with bituminous paint of reputed make The colour shades and grade shall be decided by authorized official of the company which shall be got approved Necessary marking logo shall be provided as per company s requirements WELDING The skid mounted bunk house shall be of all welded steel construction using latest method of welding wherever applicable TECHNICAL SPECIFICATION FOR OUT FITTINGS 1 All the chairs and sofas shall be cushioned with upholster Leather touch single tone leather cloth shall be used for upholstering Mattress for berths would be 100mm thick 2 Steel steps shall be provided to enter bunk house 3 Type model and make of each and every equipment shall be pre tested by company prior to purchase and fitment 4 One 2 fire extinguisher of 1kg capacity shall be provided in suitable accessible location in the bunk house for safety precaution against fire 5 Our company s motif plate of the size 200 X 500mm shall be fixed on the exterior of the bunk house at a suitable location Motif plate shall be made of aluminium sheets on which company s emblem shall be screen engraved Also department s name shall be painted at a suitable pl
30. l validity of the bid for 120 days from the date of 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 bidding format have been filled in by the bidder for the items quoted by them Confirm that the the price bid is in conformity with OIL s online bidding format Confirm that the Bid comply with all the terms amp conditions 2 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 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable CONFIRM THAT YOU 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 Confirm that you have submitted Name and Full Address of Issuing Bank including Telephone Fax Nos and Email id of branch manager where Bid security has been submitted as Bank Guarantee NOTE Please fill up the greyed cells only Response Sheet Annexure FFF Bidders Name Bidders Response Sheet Offered Validity of Bid as per NIT Delivery Period in weeks from placement of order Complied to Payment terms of NIT if applicable otherwise to Standard Payment Terms of OIL or not Bid Security Su
31. lication 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 Page 2 of 4 Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE PSUs and MSE 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 3 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 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 other document required be submitted original as per tender requirement All documents submit
32. ly flush finish in the external wall above the entrance door 11 Following fans to be provided 1 Ceiling wall mounted oscillating cabin fan of 300mm sweep 2nos make Havells Usha or equivalent Exhaust fan low noise with automatic shutters Ino make Havells Usha or equivalent 12 3 three nos 5 amps switch socket and 2 two nos 5 15 amps combo switch socket shall be provided make Havells Anchor Phillips or equivalent 13 One 1 5Ton split Air Conditioner unit shall be provided with necessary arrangement for placing and bolting the system along with suitable casing to avoid transit damage and rain protection The Air Conditioner shall be supplied with suitable voltage stabilizer make Voltas Samsung LG Carrier Blue Star Lloyd Godrej Hitachi or equivalent 14 One frost free Refrigerator of 90Ltrs Capacity shall be provided with side bolts and hook chain arrangement to withstand the rigors of transportation of the bunkhouse Instead of legs the refrigerator shall be mounted on suitable square type stand make Godrej Samsung or equivalent 15 BEE rating of all electrical appliances viz AC refrigerator etc shall be of energy star 3 minimum or higher 16 The ground wire at the Main switch shall be suitable connected to a 8SWG GI wire which shall be run secured along the body and finally terminated at a bolt stud welded at the skid of the bunkhouse 17 Bolts studs min 2 nos shall be prov
33. nt 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
34. nuously welded to the top and bottom frame This further offers a better strength to weight ratio All gaps shall be duly sealed at edges and bottom to prevent the entering of rats mosquito and unwanted guests INSULATION Insulation of 75mm thick mineral glass wool fibreglass resin bonded wool confirming to IS 8183 of 1976 is to be provided Insulation shall be provided on all sidewalls end walls roof and flooring This insulation shall be rat proof fire retarded non hygroscopic and floorings and vermin proof beside excellent thermal efficiency and acoustic performance INNER PANELLING Inner panelling shall be on 1 6 mm thick decorative laminated sheets pre laminated of approved colour and design from the concerned department of Decolan Meghna Super D cor equivalent make shall be phenol bonded hot pressed to 9mm BWR Marine plywood as per IS specification of approved make these shall be screwed on the side walls on the internal Z sections vertical rectangular tubes All vertical and horizontal corners shall be neatly finished with aluminium anodized heavy gauge aluminium angles and flat and the vertical joints of the panels shall be fixed with decorative PVC bidding patties to match with the colour of panels to suit the aesthetic appearance The inner panelling of the roof shall be 1 5mm decorative laminated sheets hot pressed phenol bonded DOORS AND WINDOWS Doors shall be flash mounted double skin construction of 1989mm x 800mm Th
35. plate iv Truss a 65 MB MED YST 240 structural tube for post amp ramming b 50 MB MED YST 240 structural tube for purling c ISA 50 X 50 X 60 X 75 LG purling cleat Doors Aldropes approved quality should be provided for locking arrangement vi Ventilation 2 5 LWM X PM sheet on top at front amp back side only 150 MM side only SPECIAL TERMS AND CONDITIONS Page 7 of 8 1 All structures to be made as per drawing OIL 4708 A 2 The fabricated components must be in correct shape and dimensions as per the drawing enclosed 3 Two coats of red oxide primer and two coats of enamel paints must be supplied after it is inspected and approved by us 4 During fabrication our officers will inspect various stages of fabrication for which the fabricator must confirm well in advance for each inspection 5 Inspection Schedule Ist inspection will be done immediately after welding of skid b 2nd inspection will be done after completion of structures without roof and walls c 3rd inspection will be done after roofing and walling d 4th inspection will be done after painting and just before delivery Materials should be delivered inside OIL industrial area at Duliajan or any other locations within a radius of 25 KM from Duliajan at the site shown by GM CHEMICAL during office hours in working days 6 Any material component if damaged develops defect on transit have to be replaced repaired by t
36. prox 1 5m A suitably designed metallic canopy rain guard shall be provided above the main switch Otherwise in place of the above mentioned main switch a 32A C curve 2P SPN MCB mounted inside a 55 MCB enclosure make C amp S electric or equivalent may be provided 2 Inside the cabin the incoming power shall be through a 32A 2P SPN ELCB RCCB RCBO preferably 100mA sensitivity industrial type The distribution circuits for lighting fans etc shall have individual suitably rated MCB All these components shall be fitted inside a well designed sheet metal distribution box make Havells Legrand C amp S electric Schneider or equivalent 3 All MCBs shall be of 10 kA breaking capacity amp C curve type 4 Separate metal clad plug socket DB along with 20A MCB 10kA C curve shall be provided for Air Conditioner make Havells Legrand C amp S electric Schneider or equivalent 5 All wiring from MCB DB to switchboards points sockets etc shall be running through concealed type BIS approved ISI marked PVC conduits Conduit size and no of wires in conduit shall be as per IS Corners shall be rounded elbow type for ease of insertion of wires make AKG PLAZA Finolex or equivalent 6 The wiring cable shall be PVC insulated 1100V grade FRLS multi stranded flexible copper conductor and approved by BIS Fire Insurance Authority amp Tariff Advisory Committee The earth wire shall be run separately throughout CABLE SIZE
37. rews Pop Rivet to the base of 1 5mm M S Plate which is continuously welded on the base frame The bottom is scaled with caulking compound and painted with bituminous paint The top inside layer of the plywood is covered with 2mm Tk PVC marble tile of reputed make Vinyl as per specification MAIN BOTTOM SKID This shall be fabricated out of hot rolled 2 nos I beam of ISMB 200mm x 100mm placed at 2200mm part One I beam will be welded and joined at the centre to from a central base support 3 no of cross members of ISMB 150 will be placed equidistant connecting all the three main I beams to provide additional strength to the skid The end of the I beam shall be interconnected by means of 4 dia 115mm MS pipe of schedule 40 equivalent and this will be passed Page lof 8 through I beam to give additional strength The entire shell module with base frame shall be mounted and welded on the skid The height of the skid eliminates any site foundation and can be used immediately after unloading and suitable placement SIDE AND END WALLS The side and end frame shall be made of Mild steed Pressed Z section vertically rectangular squares tubes of 75mmX 40mm X 3 2 mm spaced at intervals ad connected together by horizontal pressed steel C section to reserve as cross members to ensure complete rigidity to the entire structure The outer skin panels shall be of 1 6mm tested quality steel sheets corrugated as per desired patterns conti
38. s 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 iv The Bank Guarantee should be allowed to be encashed at all branches within India v 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 Page 2 of 3 as non responsive and rejected 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 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 Organisation s Name digital certificate will be rejected Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well
39. ted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 4 0 Benefits to Micro amp Small Enterprises MSEs as per prevailing Govt guidelines as applicable on B C date shall be given MSEs who are interested in availing the benefits will upload with their offer proof of their being MSE registered for the item tendered The MSE are also required to upload scanned copies of relevant documents indicating details of registration alongwith validity name of the registering organization and details of the item ownership etc failing which their offer may not be liable for consideration of benefits to MSEs 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 and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 7 0 must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form w
Download Pdf Manuals
Related Search
Related Contents
QNAP NMP-1000P AME5140 Evaluation Board User Guide TTP/TDP 243/342 BENUTZER- HANDBUCH THERMOTRANSFER Format of Written application for Tender documents Tender form fee Copyright © All rights reserved.
Failed to retrieve file