Home
        Page 1 of 23 of Tender SGI7516P16 dated 15.06
         Contents
1.    a   Auto Manual start off of the set     b  Fault Detection  amp  initiation of shut down during operation for crank start failure    High Engine Temperature Fault  High lub oil temperature Fault  Low lub oil pressure  Fault  voltage out of band and frequency out of band faults  Alarm indications and  events logging systems shall be part of the design     3  In built Battery Charger with Auto Manual Boost Float charging feature should be  incorporated to the charge the DG Set Battery  Output D C voltage and current  indicating instruments are to be provided    4  The panels shall be fitted with Analog Voltmeter  amp  Ammeter with selector switches   Built in Transducer type Analog Power Meter  amp  Power Factor Meter  Running Hour  Meter  Electronic LED Frequency Meter  Electronic Static watt hour Meter with LED  Display and other operating  amp  alarm fault indicating display    5  Suitable 4 pole MCCB with Adjustable Thermal Magnet Release along with Switch   Disconnector Fuses of suitable rating  amp  type shall be provided in the panel as incomer  for the Power Cable   The outgoing power from the GCP shall be routed to  Distribution Panel Bus Bar through Suitable Power Contactor to facilitate Auto Manual  changeover as in Diagram 2  Electrical  amp  mechanical interlocking as shown in the  schematic shall be provided along with suitable Switch Fuse Unit incomers 3 numbers    in DB Panel  Power cable shall be of suitable size PVC armoured type with ISI mark   amp  1100 
2.   Last Processed C    Last Processed B    Details SendEMai Call Clear      Function   Number   Name   valid fr  GJ 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Bid    and    Priced Bid    in the places as indicated above                      Bid on    EDIT    Mode    Status Withdrawn Submission Deadline 13 04 2013 11 00  RFx Response Version Number 2 RFx Version Number 5      Submit   ReadOnly Print Preview   Check Technical RFx Response Close   Save                RFx Response Number 60006452 RFx Number TEST2 00 INDIA    RFx Owner WIPRO_TEST1 Total Value 0 00 INR         Area for uploading Techno   Commercial Unpriced Bid             Adda Clear    Assigned To   Category   Text Preview              Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualifi      Assigned To   Category   Description   Fie Name    G  The table does not contain any data      Checke    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 from the  PC and click on Sign to sign the file  On Signing a new file with extension  SSIG will be created  Close that  window  Next click on Add Atachment  a browser window will 
3.   faulty workmanship  faulty operation for a period of minimum 12 months  from the date of commissioning or 3000 operating hours  whichever occurs first           Page 11 of 23 of Tender SG1I7516P16 dated 15 06 2015              j  STATUTORY CONFORMANCE    i  The offered Generating Sets shall comply with the latest CPCB norms regulations   ii  In the event of any new CPCB norms regulations governing Diesel Engine driven  Generating Set are made effective prior to delivery of the Gen Set  but after bid closing  date  the supplied Gen Set shall comply with the latest CPCB norms  regulations    The compliance report from Govt  approved agencies must be submitted prior to  dispatch of the Gen Set for OIL s scrutiny and acceptance     Note   Engine Data Sheet  Alternator Data Sheet are enclosed herewith        20    Design  Manufacture Assemble  Installation and Commissioning of Auto Generator  Control Panel as replacement of existing 25 KVA DG Sets at Repeater Stations of  OIL in Assam  West Bengal  amp  Bihar     The supplier shall supply mandatory  amp  critical spares for panels for at least two years  after warranty along with the panel     Auto Generator Control Panel     1  Operation philosophy of the supplied panels shall be same or equivalent as existing  ones  Bidder shall study our existing system carefully during bidding  amp  execution    2  The panels shall have Multifunctional relay or group of relays and accessories to  accomplish at least the following features   
4.  Authorities operating under the Root Certifying Authority of India   RCAI   Controller of Certifying Authorities  CCA  of India  The bid signed using other than  Class 3  digital  certificate  will be rejected     vii  C folder is meant for Technical bid only  Therefore  No price should be given in C folder  otherwise the offer  will be rejected     viii  The User ID  amp  Password are not transferable  Bids submitted by parties to whom the User ID  amp  Password was  not issued by the Company will be rejected     ix  Conditional offers will be rejected   x  Bids received in any form or media other than through OIL   s e Procurement portal will not be accepted     Ki  Bid documents uploaded in the e Procurement Portal shall be typed written and scanned clearly and contain  no inter lineation  erasures or overwriting except as necessary to correct errors made by bidder  in which case such  corrections must be initialed by the person s  signing the bid  Any bid not meeting this requirement shall be rejected     xii  Bidder must accept and comply with the following clauses as given in the Bidding document in toto  failing  which offer will be rejected     Performance Bank Guarantee clause  Force Majeure Clause   Tax Liabilities clause   Arbitration clause   Liquidated damage clause    PE    xiii   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 bee
5.  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        10    Confirm that the Bid Security submitted  In case of Bank  Guarantee  is in toto as per format provided in the bidding  document        11    Bid Security if Not submitted  reasons thereof       12    Whether you shall submit Performance Security in the event of  placement of order on you        13    Whether submitted documents in support of General  qualification criteria of bidding document        14    If bidder is Small scale unit whether you have quoted your own  product        15    If bidder is Small scale unit   whether you are owned by SC ST  entrepreneur           16       If Integrity Pact submitted             Page 22 of 23 of Tender SG1I7516P16 dated 15 06 2015    ANNEXURE   GGG     TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD    ALL FIELDS ARE MANDATORY     Tender No  ERT ETTORE TEETER PCO EET WA TAA   Name of Beneficiary ii o0eaecie 6k ve Sieldecs   eicen EAE RT  Vendor Code SAADA MASAA MAANA MEMA AI KUANDA MWA KUKINZANA UNO NAE KAA MARA MAA aa aaa  Address AEEA PEER AE Wa   Phone No   Land Line  AA AA Wa   Mobile No  WA ATA S AE O AEA AA Sn a ee  E mail address iss bb Sa E EAE EE soreness oi eee ae A ASA wa A sean SA NYAMA KAA WANA AA E    Bank Account No   Minimum    Eleven Digit No   EE T ceased see nsbuat E sees daemdeetiat eels dea 
6.  be Digitally Signed using    Class 3    digital  certificate  e commerce application  as per Indian IT Act obtained from the licensed Certifying  Authorities operating under the Root Certifying Authority of India  RCAI   Controller of Certifying  Authorities  CCA  of India  The bid signed using other than    Class 3    digital certificate  will be rejected     13 0 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    Page 5 of 23 of Tender SGI7516P16 dated 15 06 2015    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      14 0 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     15 0 Integrity Pact     a  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  comp
7.  of the work  tests are to be carried out before commissioning  All test certificates in triplicate  should be handed over to OIL     ERECTION  amp  COMMISSIONING    1  The control panels to be erected side by side at Repeater Stations  located at different locations in three states of  Assam  Bihar  amp  Bengal   Similarly feeder Distribution Panel is to be installed sidewise almost 3 mtrs away from  the control panel  All terminations of the cables should be done properly with suitable cable gland and lugs  All civil  works including supply of materials and labour in connection with all above work have to be carried out by the  supplier    2  The supplier should use only indigenous materials  components as per as possible for the Control panel  In case   imported components are used   the same have to be specifically mentioned in the tender giving details and    addresses of their sources of origin     3  Location of Repeater Stations as per attached list     KK SE KK K K KK K K 2K K K K K K K K    Page 15 of 23 of Tender SGI7516P16 dated 15 06 2015                                                                                                             LIST OF REPEATER STATION LOCATIONS  STATE OF ASSAM   SI    Name of Name of PL KM _  Mouza Circle District  No    Repeater Station   Village  1 RS1  Maduri Sensowanamdongia   90 Saloguri Amguri Sibsagar  2 RS2  Badulipar Chengnigaon 172 Rangamati Khumtai Golaghat  3 RS3  Kaziranga Gosanibargaon 214 Kaziranga Bokakhat Golagh
8.  repairing jobs and reinstalling the same  after necessary corrective action    ii  The engine generator shall be factory enclosed in not less than a 12 gauge cold  rolled steel enclosure constructed with corner posts  uprights and headers  The weather   proof and corrosion resistant acoustic enclosure should be duly surface treated   phosphated and finally powder coated for long lasting finish  The sheet metal  components should preferably be hot dip  pre treated before powder coating with  special pure polyester based powder    iii  The sound proofing of the enclosure should be done with self extinguishing high  quality rock wool   mineral wool conforming to IS 8183  The rock wool should be  further covered with fiber glass tissue and perforated sheet    iv  The silencer must be such that sound level is permitted maximum of 75 dbA at 1  meter from the enclosure surface  Exhaust silencer shall be provided of the size as  recommended by the manufacturer and shall attenuate the sound to the level noted  above  It shall be supplied with a flexible  seamless  stainless steel exhaust connection  as well as with all internal pipe work  These components must be properly sized to  assure operation with minimum back pressure and high sound when installed    v  The canopy should be finished in synthetic enamel paint incorporating rust  inhibitors and Aluminium sprayed silencers and spark arrestors to guarantee a superior  and long lasting finish    vi  There should be carefully design
9.  will have to be particularly met by the Bidders without which the same will be  considered as non responsive and rejected  All the documents related to BRC must be uploaded alongwith the  Technical Bid      A  TECHNICAL    1 0  Bidder   s Qualification     1 1 Bidder shall be an Original Equipment Manufacturer  OEM  of  a  Complete Generating set or  b  Engine  OR   Bidder shall be a 100  Subsidiary or Sister concern of Original Equipment Manufacturer  OEM  of  a  Complete  Generating set or  b  Engine   OR   Bidder shall be an authorized dealer of the OEM of  a  Complete Generating set or  b  Engine   OR   Bidder shall be an OEM approved assembler of Generating set     1 2 Engine and Alternator should be procured directly from OEM or OEM   s 100  subsidiary or OEM   s Sister  concern or OEM   s authorized dealer    Note  But whatever may be their status in para 1 1  amp  1 2 above  Bidder will have to enclose documentary evidence  along with the offer failing which offer will be rejected     2 0 Bidder s Experience    2 1 Bidders should have the experience of successfully completing at least 3 Three  orders in the last 10 Ten  years  before the original bid closing date of this tender against supply  amp  commissioning of DG Sets of capacity 15 KVA  or above in PSUs  Central Govt  or any other Public Limited Company of India  Documentary evidence in the form  of contracts  purchase order and completion certificate from the user  must be provided along with the quotation  fa
10. 4 Stroke  Compression Ignition   capable of developing net minimum 32 BHP at 1500 RPM  Performance rating as per  IS 10000 1980 as amended to date  The engine shall be of standard design of the  original manufacturer and suitable for operation in following site condition    Maximum  Minimum Temperature   48  05 DEG C    Maximum Humidity at 21 DEG C   100    at 35 DEG C   95    at 41 DEG C   70    The engine shall conform to ISO   3046 specifications and shall be rated for continuous  power with an over load power rating of 110  of the continuous power corresponding  to engine application for a period of   hr within a period of 12 hrs operation     Performance rating as per IS 10002  1981 as amended to date and maximum fuel  consumption as follows    Specific Fuel Consumption  SFC  for direct injection engine is 252 g  Kwh and for  indirect injection engine is 277 g  Kwh     Each engine to be completed with following accessories     1  Self Starter  12 Volt Electric Starting system with starter motor and other accessories  including battery and battery leads  Both the positive and negative terminals of the 12  volts self starter for starting the engine should be insulated from its body    2  Battery Charger  The battery charger is to be a solid state device with adjustable  float voltage control  It is to be a constant voltage device with current limit  and it is to  include an equalize switch which will allow the battery to be overcharged for  maintenance purpose  Alternative
11. FAX NO   91 361  2643686    Email  panchali  oilindia in   erp_mm doilindia in    FORWARDING LETTER  Tender No  amp  Date   SGI7516P16 dated 15 06 2015  Tender Fee   Rs 1 000 00  Bid Security Amount   Rs  2  19  700 00  Bidding Type   SINGLE STAGE TWO BID SYSTEM  Bid Closing on   As mentioned in the Basic Data of e portal  Bid Opening on    do   Performance Guarantee   Applicable  Integrity Pact   Applicable    OIL invites Bids for Procurement  Installation  Commissioning   Testing and Handing over of Generating Set   Control Panel  Distribution panel through its e Procurement site under SINGLE STAGE TWO BID  SYSTEM     The general details of tender can be viewed by opening the eRFx  Tender  under RFx and Auctions  The  details of items tendered can be found in the Item Data and details uploaded under Technical RFX  The  bidding document is available in the Technical RFx   gt  External Area    gt  Tender Documents     NOTES     1  A Pre Bid Conference with the Parties will be held in Guwahati  India  on sisi     amp  22  July   2015 to discuss  on the technical specifications and other terms and conditions of the tender  All the Parties who purchase the  Bidding Document within the closing date of sale of the tender will be eligible to attend the Pre Bid Conference   The exact venue and time of the Pre Bid conference will be intimated to the Parties at a later date     2  Clarification on the technical specifications and other terms  amp  conditions of the Generating Set  Con
12. OIL INDIA LIMITED    A Government of India Enterprise    P O  Udayan Vihar  781171    Guwahati  Assam India     OIL INDIA LIMITED invites Local Competitive Bid  LCB  under Two Bid System through its e   Procurement portal https   etender srm oilindia in ir portal for the following item              e Tender no    Material Description   B  C  Date   SGI7516P16 Procurement  Installation  Commissioning   Testing and Handing over  oe of Generating Set  Control Panel  Distribution panel             Tender fee  Non refundable    Rs  1000 00  Bid Closing Opening Time   11 00Hrs IST  14 00Hrs IST   Period of sale of documents  22 06 2015 to 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 visit above  website and e portal to keep themselves updated    Note  A Pre Bid Conference against above tender will be held in Guwahati   Assam on 21st July   2015           Page 1 of 23 of Tender SGI7516P16 dated 15 06 2015    oO OIL INDIA LIMITED     A Government of India Enterprises   a PO   Udayan Vihar     781171    Guwahati  Assam  India     TELEPHONE NO   91 361 2643685 688  
13. ade with  Bid Security along with the offer         Confirm unconditional validity of the bid  for 120 days from the date of opening of  techno commercial bid        Confirm that the prices offered are firm   Conditional offer will be liable for  rejection        Confirm that all relevant fields in the on   line biding format been filled in by the  bidders for the items quoted by them        Confirm that the price bid is in conformity  with OIL   s online bidding format         Confirm that the Bid comply with all the  terms  amp  conditions         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 SHALL SUBMIT  PERFORMANCE BANK GUARANTEE  AS PER bidding document IN THE  EVENT OF PLACEMENT OF ORDER  ON YOU             Page 21 of 23 of Tender SG1I7516P16 dated 15 06 2015       Bidders Response Sheet    Annexure FFF       SI  No     Description    Remarks       Name of Bidder       Place of Despatch  Ex  Works        Whether Freight charges have been included in your quoted  prices       Whether Transit Insurance charges have been included in your  quoted prices       Make of quoted Product       Offered Validity of Bid from Bid Closing Date       Delivery Period in days weeks months from placement of  order       Complied to Standard Payment Terms of OIL or not    Please refer to clause 23 2 of LCB Doc Booklet       
14. ass F H     Duty  SI Conforming to IS4722 1968 or IS 13364 4722     Amb  Temperature  40 Degree Centrigrade     Phase Sequence   IS 13364  4722  UVW CW    10  REGULATION  The Alternator should have voltage and frequency regulation  within   2 5  from No load to Full load with a maximum recovery time not more than  3  three  seconds  The Alternator should build up full voltage instantaneously as soon  as the engine attains full RPM  i e  1500 RPM    11  TERMINAL BOX  The terminal box of the Alternator should be suitable for  connecting 4 x 25 Sq mm multi stranded PVCA aluminium cable with a detachable  cable entry plate  The terminal block should be made of non hygroscopic materials  with good insulating properties and strong enough to withstand the cable load and the  temperature generated inside the Generator s control room    12  HOUSING AND MOUNTING  The Alternator should be directly coupled with  the prime mover  above engine  and both shall be mounted on a common fabricated  channel base frame complete with anti vibration mountings     OMDNNDNKRWNK     c  TECHNICAL SPECIFICATION   ACOUSTIC ENCLOSURE    The generating set comprising of engine coupled with alternator for each set should be  placed inside an acoustic enclosure having the following salient features    i  The acoustic enclosure should be of modular construction with the provision to  assemble and disassemble easily at site  There should also be adequate provision of  taking out the equipment for maintenance  
15. at  4 RS4  Ghani Ghahigaon 314 Jagiyal Roha Nowgaon   Bhatikuri  5 RS5  Jagiroad Ghunushahabi 362 Gova Mayang Morigaon  6 RS8  Dharamtul Panigaon 468 Pokowa Chamota Nalbari  7 RS9  Barpeta Road Jhakhalipar Town 513 Gobardhona Barnagar Barpeta  8 RS10  Pratapkhata Pratapkhata 604 Kharijadolio   Dorma Kokrajhar   STATE OF WEST BENGAL  SI    Name of Name of PL KM _  Mouza Circle District  No    Repeater Station   Village  1 RS11  Chepani Chepani 655 5   Alipurduar Jalpaiguri  2 RS12  Binaguri Binaguri 728 8   Dhupguri Jalpaiguri  3 RS13  Odlabari Odlabari 784 4   Matali Jalpaiguri  4 RS 14  Kisanganj Balichuka Pachim 905 8   Goalpokhora_   Dinajpur  STATE OF BIHAR   SI    Name of Name of PL KM _  Mouza Circle District  No    Repeater Station   Village  1 RS15  Belgachi Belgachi 958 3   Purnia Purnia  2 RS16  Thanabipur Jamunia 1058 4   Bihpur Bhagalpur  3 RS17  Khagaria Sonawari 1111   Khagaria Bhagalpur                         Page 16 of 23 of Tender SG1I7516P16 dated 15 06 2015             ANNEXURE BBB    Bid Rejection Criteria  BRC   amp  Bid Evaluation Criteria  BEC     1 0 BID REJECTION CRITERIA  BRC     The bid shall conform generally to the specifications and terms and conditions given in this bidding document  Bids  shall be rejected in case the goods materials offered do not conform to required parameters stipulated in the  technical specifications  Notwithstanding the general conformity of the bids to the stipulated specifications  the  following mandatory requirements
16. c    x  The connection from the alternator and control panel should be carried out with 3 5  core 120 sq  mm PVC insulated  PVC sheathed armoured copper cable and cable  should be terminated with proper size of tinned copper sweating socket and cable  glands at alternator and panel end  All the terminal boxes Junction boxes etc  the  battery and self starter connection terminals   and its components should be housed  inside intrinsically safe enclosure    x1  ENCLOSURE ILLUMINATION  A separate circuit shall be provided for lighting  of the acoustic part of the enclosure  Armoured cable and FLP cable glands should be  used for wiring purpose inside the acoustic Make of Luminaire   Baliga   FCG    SUDHIR   xii  Enclosure design should be such that for any major maintenance activities the  enclosures from any side can be easily dismantled and re erected    xiii  Generating set comprising of Engine  Alternator and other auxiliaries should be  placed inside an acoustic enclosure  approved by ARAI  Pune  NPL  New Delhi   NSTL  Visakapatnam  FCRI  Palghat   NAL  Bangalore  and the unit should be  mounted to a common base frame  The set should have proper arrangement for easy  loading  unloading to facilitate ease in transportation    xiv  A panel viewing window should be provided to facilitate visual monitoring of the  equipment from outside    xv  SKID   The skid should be fabricated from sufficiently strong steel section for  carrying the generating set from one place to another f
17. de in materials cost  on lumpsum basis which shall be considered    for    evaluation of the offers  These charges should include amongst others to and fro fares   boarding lodging  local transport and other expenses of supplier   s commissioning and    training  personnel during their stay at the site  2 0Bidders must categorically indicate the Pre despatch Inspection and testing charges    Commissioning charges  amp  Training charges in their offers and must confirm about  providing the same in their Technical bids  In case Pre despatch Inspection and testing  charges  Commissioning charges are NIL inclusive  bidder must categorically mention the  same in their offer   3 0 Summary of the prices  as per the bid format  Summary  mentioned above  to be up   loaded in    Priced Bid    separately     oh ok ok KK    Page 20 of 23 of Tender SG1I7516P16 dated 15 06 2015       Tender No     Name of Bidder      SGI7516P16 dated 15 6 2015       Matrix for Technical  amp  Commercial  Evaluation          Note    Only Grey coloured boxes are to be  filled by the bidder       Annexure EEE       Compliance by Bidder       SL  NO     BEC   TENDER REQUIREMENTS    Indicate  Confirmed        Not Confirmed   Not  applicable    Indicate  Corresponding  page ref  of bid       Bidder to confirm that they have not taken  any exception deviations to the bidding  document        Confirm that the product offered strictly  conform to the technical specifications        Confirm that the Offer has been m
18. dentification 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 bidding document 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 bidding 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 bidding document mentioned in the tender    If the MSE is owned by SC ST Entrepreneurs  the bidder shall furnish appropriate documentary evidence  in this regard  The documents submitted by the bidder shall be duly certified by the Statutory Auditor of  the bidder or a practicing Chartered Accountant  not being an employee or a Director or not having any  interest in the bidder   s company firm  where audited accounts are not mandatory as per law     9 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 Chief Material Manager   Oil India Limited   Pipeline H
19. eadquarter    P O  Udayan Vihar  Guwahati  781171 on or before the Bid Closing Date    and Time mentioned in the Tender     a  Original Bid Security  if not paid online   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     9 1 Tender Fee and Bid Security can also be paid through payment gateway in the e tender portal Please  refer to Vendor User Manual updated in the e tender portal as well for further details     10 0 Bidders are requested to examine all instructions  forms  terms and specifications in the  bid Failure to furnish all information required as per the bidding document or submission of offers not  substantially responsive to the bidding document in every respect will be at the bidders risk and may  result in rejection of its offer without seeking any clarifications     11 0 Bidders must ensure that their bid is uploaded in the system before the Bid 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     12 0 Bid must be submitted electronically only through OIL   s e procurement portal  Bid   submitted in any other form will be rejected  All the Bids must
20. ed inlet and outlet baffles   attenuators with  corresponding weather conditions allowing sufficient air flow  for the set to operate  even under the harshest ambient conditions whilst maintaining specified noise levels   Suitably sized blower should be incorporated to meet total air requirement and  temperature within the enclosure and Generator house to be maintained           Page 9 of 23 of Tender SGI7516P16 dated 15 06 2015                   vii  The temperature inside the enclosure should be suitable for human comfort  There  should be a provision of emergency shutdown of the generating set  Prime Mover   from outside the enclosure in addition to the control panel fitted outside the Canopy   viii  The enclosure should be complete with power and control wiring between control  panel installed outside the Genset Enclosure and Alternator and other components like  blowers etc with proper size copper cable  The cables should be terminated using gland  and tinned copper sweating sockets and run through guard pipe  The enclosure should  have the sufficient space in and around the generating set to facilitate maintenance and  operation of the set    ix  The control panel for the Generating set should be installed separately at existing  location of control panel in the Repeater Station  A drawing is attached herewith the  position of the Engine   its Control Panel   Size of the Engine with acoustic enclosure  and position of Separate control panel   its allowable dimensions et
21. ender will be governed by    General Terms  amp  Conditions    for e Procurement as per  Booklet No  MM LOCAL E 01 2005 for E Procurement LCB Tenders     2 0 This Bidding document consists of    Technical specifications and Quantity as per Annexure     AAA   Bid Rejection  amp  Bid Rejection Criteria as per Annexure BBB  Technical bid check list as per Annexure    EEE    Response sheet as per Annexure  FFF and  Bank Details as per Annexure GGG     Integrity Pact  Annexure DDD   Vendor User Manual and LCB Doc Booklet  revised  have been  uploaded separately in the Technical RFx   gt  External Area    gt  Tender Documents    3 0 The tender shall also be governed by the Bid Rejection  amp  Bid Evaluation Criteria given in  enclosed  4 0 Annexure BBB  However  if any of the Clauses of the Bid Rejection Criteria   Bid Evaluation    Criteria  as per Annexure BBB  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     5 0 Bidder are advised to fill up the Technical bid check list  Annexure EEE    Response sheet   Annexure FFF  and Bank Details  Annexure GGG  given in the bidding document uploaded in  Technical RFx   gt  External Area    gt  Tender Documents  The above filled up documents to be uploaded in  the Technical RFX Response     6 0 Please do refer the User Manual provided on the portal on the procedure    How to create Respo
22. entatives and tooling necessary to install and  commission all provided equipment    The warranty period for the Gen set and ancillary equipment should be a minimum of 18 months from the date of  dispatch  shipment or 12 months from the date of commissioning of the equipment whichever is earlier  Any defects  in the Engine or Alternator during warranty period shall be replaced by the supplier at his cost without any extra  charge to OIL     Page 14 of 23 of Tender SG1I7516P16 dated 15 06 2015       Data Sheet  Engine Data Sheet and Alternator Data Sheet Enclosed Herewih    INSPECTION    1  The Company shall as it may deem fit depute their Engineer  Inspector to carryout factory inspection and test the  equipments when the panels are manufactured  assembled before their dispatch  for confirmation of the technical  specifications by the bidder    2  Before commencement of the second panel production job the contractor shall have to arrange at their own cost  for pre dispatch inspection of first panel by OIL Engineers  Inspectors  After satisfactory operation   testing only  other panel shall have to be started  The Company also has the right to inspect raw materials  components   accessories etc  including facility available with Contractor to carryout these jobs    3  For all electronics components  the items should be tested at the temperature of 50  C    4  Manufacturer   s certificates in triplicate to be submitted to OIL for all equipments  instruments     5  On completion
23. erson who is authorized for supervision of all electrical works should have  valid supervisory license     Installation  Testing  amp  commissioning includes site preparation and modification of the  whole system comprising 15  fifteen  units of Gen Sets with its control panels and  15 fifteen  nos  of Distribution feeder panel with auto changeover  amp  manual  changeover facility in 15 nos  of Repeater Stations located in different locations as per  attached list herewith     One  1  unit of Gen set out of existing 3 units with its Control Panel  amp  One no   Distribution feeder Panel has to be dismantled before installation  amp  commissioning of  new set and a Temporary control panel has to be placed for un interrupted power  supply during commissioning period  All related materials  cables  consumables  amp   dismantling of old sets and corresponding control  amp  distribution panel are the scope of  Supplier     OIL will provide necessary statutory permits for welding and cutting jobs in classified  areas as and when required  Installation  commissioning charges should be quoted  separately which shall be considered for evaluation of the offers  These charges shall  include amongst others to and fro fares  boarding  lodging and other expenses of the  commissioning engineers during their stay at Designated Repeater Stations  All  Personal  Income and Service Tax etc  towards the services provided by the supplier  shall be borne by the supplier and will be deducted at so
24. etent 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     SHRI RAGHAW SHARAN PANDEY  IAS  Retd     Former Secretary  MOP  amp  NG   e Mail ID  rspandey_99   yahoo com    SHRI RAJIV MATHUR  IPS  Retd    Former Director  IB  Govt  of India   e Mail ID   rajivmathur23   gmail com    16 0 No press advt  will be published regarding amendment to Bidding Document or extension of BC  Date  The same will be uploaded in OIL website and informed to all prospective bidders who have been  allowed to participate against the particular e tender     Yours Faithfully    Sd    P THAKURIA   DEPUTY MANAGER MATERIALS  PL   FOR CHIEF MANAGER MATERIALS  PL   FOR   GENERAL MANAGER  PLS        Page 6 of 23 of Tender SGI7516P16 dated 15 06 2015    ANNEXURE AAA    Tender No  SGI 7516 P16 dated 15 06 2015             Item srl Quantity UOM  no  10 Item Description  15 Nos     CPCB approved 25 KVA Diesel Generator  DG  Set with acoustic enclosure    Scope    1  Manufacture  A
25. gine exhaust outside the engine room  Suitable residential grade silencer  arrangement to reduce noise level is to be incorporated  Exhaust Piping should be  installed with appropriate insulation and shielding and to be supported and braced to  prevent weight or thermal growth being transferred to the engine and flexible  expansion fittings provided to accommodate thermal growth  Exhaust stack height  above building height shall conform to required norms    21  Fan and Belt guarding  The fan  fan drive  and fan belts shall be covered with  guarding for personnel protection  Non sparking guards over belt drives and couplings          Page 8 of 23 of Tender SGI7516P16 dated 15 06 2015                   has become mandatory as per recommendation of OISD  Oil Industry Safety Director    OISD STD 127    22  Dynamically balanced flywheel with gourd    23  Necessary flexible coupling and non sparking gourd for alternator and engine   applicable only for double bearing alternator     24  The bidder shall submit the technical data sheet  amp  catalogue of the engine along  with relevant performance rating Curves and following specific data    i  Gross HP developed at rated RPM   ii  Net HP developed at rated RPM   iii  Maximum fuel consumption in Ltr Hr  at 100     75    amp  at 50   Load      b  TECHNICAL SPECIFICATION   ALTERNATOR      Capacity   25 KVA brushless     Voltage   400 415 V  50Hz     Phase  3 Three  Phase      Power Factor  0 8     RPM  1500     Class of Insulation   Cl
26. idder shall have to carry out Supply  Safe Unloading  Installation  Testing  commissioning including  site preparation and modification of the whole system comprising Fifteen 15  nos  Gen Sets  its    Control panel and fifteen 15  no  Distribution feeder panel with auto changeover  amp  manual changeover facility  Supply of all related materials  cables  consumables and jobs at designated Repeater Station of OIL INDIA  LIMITED and dismantling of existing 1 no out of 3 nos Gen sets with its control and distribution panel in one  Repeater Station     A temporary distribution panel has to be installed during commissioning period for un interrupted power supply  during commissioning period     Generator Set      1  Supply of 15 Nos of 25 KVA Capacity Gen Set with its 15 Nos Control Panel       1 No Gen Set with its control  panel in one Repeater Station and so 15 nos requires in 15 Nos Repeater Station  including transportation and  unloading at site      2  Distribution Feeder Panel  15 Nos   One no Distribution Feeder Panel In One Repeater Station and 15 Nos  required in 15 Repeater Stations   including transpiration and unloading at site    4  Installation  Testing  amp  Commissioning including site preparation and modification of the whole system at  different Repeater Stations of Oil India Limited  Postal address of each Repeater Station enclosed   Dismantling of  existing 1 no Gen set with corresponding control and Distribution Feeder Panel in each Repeater Station and  rem
27. iling which offer will be rejected     3 0 Performance Track Record  amp  Spares Availability    3 1 The offered Generating set should have proven track record for power generation applications in Central Govt    PSU or any other Public Limited Company of India and in this respect the bidder should provide performance  certificate from the end user for operation of minimum of one year before original bid closing date for minimum 3   three  orders as mentioned in above clause no  2 1    3 2 The bidder should provide written confirmation from OEM that the spares will be available for the next 10 years     4 0 Statutory Conformance    4 1 The bidder must categorically confirm the following in their bid  failing which bid shall be rejected     a  The offered Generating Sets shall comply with the latest CPCB norms regulations     b  In the event of any new CPCB norms regulations governing Diesel Engine driven Generating Set are made  effective prior to delivery of the Gen Set  but after bid closing date  the supplied Gen Set shall comply with the  latest CPCB norms  regulations     5 0 Technical Conformance    5 1 The Diesel Engine shall be Air Cooled  Compressor Ignition  capable of developing net minimum 32 BHP at  1500 RPM  Performance rating as per IS 10002 1981 as amended to date and maximum fuel consumption as  follows    Specific Fuel Consumption  SFC  for direct injection engine is 252 g Kwh and for indirect injection engine is 277  g Kwh     5 2 The Alternator must be bru
28. l be responsible for safe custody of all the items before handing over to  OIL    h  Handing over to OIL means supply  installation and commissioning of all items as  per order and submission of all the documents and drawings as per order    i  The bidder to strictly ensure that all the cut ends of cables  packing materials   leftover items are removed from site after completion of work    j  No environmental damage shall be done while carrying out the job    k  All the test reports must be signed by licensed electricians  jointers and supervisors  who have carried out the installation and commissioning work as per order           Page 10 of 23 of Tender SG1I7516P16 dated 15 06 2015                    e  PARTS LIST  INSTRUCTION MANUAL  amp  DRAWING    A  The supplier should provide two sets each of the manuals and books listed below for  each unit    1  OPERATING INSTRUCTIONS  with description and illustration of all switchgear  controls and indicators and engine and generator controls    2  PARTS BOOKS that illustrate and list all assemblies  subassemblies and  components  except standard fastening hardware  nuts  bolt  washers etc      3  PREVENTIVE MAINTENANCE INSTRUCTIONS  on the complete system that  cover daily  weekly  monthly  biannual  and annual maintenance requirements and  include a complete lubrication chart    4  ROUTINE TEST PROCEDURES for all electronic and electrical circuits and for  the main AC generator    5  TROUBLESHOOTING CHART  covering the complete ge
29. ll be in the scope of the supplier  All such  materials shall be of good quality and suitable for use in Oil  amp  Gas Industry    16  Governor  The engine speed governing system shall be of inbuilt type with the  engine with Governor  Preferably WOODWARD make  and related linkages  The  engine governor shall be Mechanical   Mechanical Hydraulic   Electronic Speed  Control with EG Electro Hydraulic actuator or Barber Coleman Equal  Speed drop  shall be extremely adjustable from 0  isochronous  to 10  from no load to full rated  load  Steady state frequency regulation shall be       0 5 percent  The engine governing  should be in accordance with Class G2 Governing specified in ISO 8528 1   2005    Governing Class A2 as per IS 10000 7  latest version     17  Absorption type exhaust silencer with exhaust pipe and stainless steel bellow    18  Hot Air Outlet Ducting  A proper customized arrangement of duct is to be made for  discharging accumulated hot air within the canopy to open atmosphere outside the  engine room  Ducting shall be made from MS sheet of minimum 1 5 mm thickness  with good workmanship  amp  finishing    19  Cold Air Inlet Ducting  A proper customized arrangement of duct for fresh air  suction is to be made using the existing air route of engines at the Repeater Station   Ducting shall be made from MS sheet of minimum 1 5 mm thickness with good  workmanship  amp  finishing     20  Exhaust System  Dry exhaust manifold  amp  heavy duty exhaust pipe to take hot  en
30. ly  with battery charging alternator unit and voltage  regulator suitable for starting batteries    3  Lube Oil Systems  A special lube oil system to sustain preferably longer continuous  unmanned operations with wider sump design or with additional Lube Oil tank  The  lubricating system should comprise of lubricating oil pump  lubricating oil filter with a  replaceable paper element  lubricating oil cooler  lubricating oil pan and crankcase  breather  The lubricating oil pump shall be a positive displacement type that is integral                   Page 7 of 23 of Tender SGI7516P16 dated 15 06 2015             with the engine    4  Heavy duty Lubricating Oil Filter with provision for water separation   5  Lube Oil Pressure Switch    6  Lube Oil pressure Gauge or Digital Display in Engine Integrated control panel   7  Lube Oil Temperature switch   8  Lube Oil Temperature Gauge or Digital Display in Engine Integrated control panel  9  Exhaust Temperature Gauge    10  Engine Tachometer  or may be included in the control panel    11  12 Volts stop solenoid energized to run with auto disconnection of starting cell   Operation voltage of cut off solenoid shall be 12 volts DC    12  Heavy duty Dry type Air cleaner with a vacuum indicator with dry element  requiring replacement no more frequently than 500 hours   13  Engine should be supplied without its diesel tank  as in OIL Repeater Station there  is a Separate Diesel tank of capacity 12 KL to feed the engine  along with return pi
31. n 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     Page 18 of 23 of Tender SG1I7516P16 dated 15 06 2015    C  GENERAL     i  Incase bidder takes exception to any clause of Bidding Document not covered under   BEC BRC  then the Company has the discretion to load or reject the offer on account of such exception if the  bidder does not withdraw modify the deviation when as advised by the Company  The loading so done by the  Company will be final and binding on the Bidders  No deviation will however  be accepted in the clauses  covered under BRC     ii  Incase any of the clauses in the BRC contradict with other clauses of Bidding Document  elsewhere  then the clauses in the BRC will prevail     iii  Any exceptions deviations to the Bidding Document and applicable statutory duties and levies  must be spelt out by bidder in their    Technical    bid only  Any additional information terms conditions furnished  in sealed    Price Bid    will not be considered by OIL for evaluation award of c
32. nerator set showing  description of trouble  probable cause and suggested remedy    6  RECOMMENDED SPARE PARTS LIST  showing all consumables anticipated to  be required during routine maintenance and test    7  WIRING DIAGRAM AND SCHEMATICS  showing function of all electrical  components    8  One set of drawing showing installation details of the generating set  type of skid   wiring diagram for the control panel  amp  Distribution Feeder Panel  inclusive of float  charger   and wiring drawing between the alternator and control  amp  Distribution Feeder  Panel    All control  amp  Distribution Feeder panel diagram and schematic diagram are to be sent  to us before supply of order materials    B  All manuals and books described above shall be contained in rigid plastic pouches  and in digital form along with the Genset      f  SPARES AND SERVICE     i  Necessary Commissioning spares  amp  two  2  years OEM recommended spares for  each DG set shall be supplied with the order     ii  The bidder shall submit written assurance along with the offer in regards to service  and availability of all spares for next 10  Ten  years from the commissioning of the  Unit     iii  The bidder shall submit pricelist of Commissioning Spares and 2 years  Recommended  Critical Spares  This is for reference only and shall NOT be considered  for bid evaluation      g  DRAWINGS AND MANUALS    i  Technical literature   catalogue and electrical circuit diagram to be enclosed with the  quotation offer f
33. nse     for submitting offer     6 0 In case of SINGLE STAGE TWO BID SYSTEM  bidders shall prepare the    Techno commercial  Unpriced Bid    and    Priced Bid    separately and shall upload 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    shall contain all technical and commercial details except the prices which shall be kept  blank  Details of prices as per Bid format   Commercial bid to be uploaded as attachment in the  Attachment Tab    Notes and Attachments        6 1 A screen shot in this regard is given below     Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria  mentioned in the tender     Page 3 of 23 of Tender SGI7516P16 dated 15 06 2015    Note     x       Kk    6 2                Display RFx Response      A Edit   Print Preview       Technical RFx Respohsel Qose     RFx Response Number 60006452 RFx Number TEST2 a  RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Re          Go to this Tab    Technical RFx  Response    for Uploading    Techno   commercial Unpriced Bid                    Event Parameters Service and Delive    Currency  Indian Rupee   Incoten    Detailed Price Information   Price with Conditions           Go to this Tab    Notes and  Attachments    for Uploading     Priced Bid    files     Status and Statist  Terms of Payment  9010 90  against despatch 10  after recq Created C   Created B
34. o submit the summary of the prices in their commercial bids as per bid format   Summary   given below      Priced Bid Format  SUMMARY       Appendix I          despatch Inspection  testing  amp   Supply of Diesel Generator Set     Item Item Description UOM   Qty Unit Total  Srl Required   Price Price  No  10   Manufacture  Assembly  pre  No  15                            20   Design  Manufacture Assemble of   No  15  Auto Generator Control Panel   30   Design  Manufacture  supply of No  15  Distribution Panel   40   Installation  amp  Commissioning AU 1           A  Total material value of Item no 10  20   30   B  Packing and Forwarding Charges   C  Total Ex works value   A B C    D  Excise Duty including Cess   Please indicate applicable rate of Duty    E    Total Ex works value including Excise Duty  amp  Cess  D E    F  Sales Tax   Please indicate applicable rate of Tax    G  Total FOR Despatching station value   F G    H  Road Transportation charges to different locations  Lumpsum    D Insurance Charges   J  State Entry tax   K  Total FOR Destination value  G H I J    L   Pre despatch inspection and testing Charges  Lumpsum    M  Installation  amp  Commissioning charges  Lumpsum    N  Service tax on Commissioning charges  if any   please indicate the percentage    O  Total Value   K L M N  above   P  Total value in words     Q  Gross Weight    R  Gross Volume     1 0Pre despatch Inspection and testing charges  Commissioning charges must be quoted  separately  not to inclu
35. ontract     iv  The originals of such documents  furnished by bidder s   shall have to be produced by  bidder s  to OIL as and when asked for     2 0 BID EVALUATION CRITERIA  BEC      i  The bids confirming to the technical specifications  term and conditions stipulated in the bidding documents and  considered to be responsive after subjecting to Bid Rejection Criteria will be considered for further evaluation as per  the Bid Evaluation Criteria     ii  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  Price 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    price bid        iv  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 Bidding document or MM LOCAL E 01 2005  elsewhere  those in the BRC   BEC shall prevail     v  To ascertain the inter se ranking  the comparison of the responsive bids will be made as per price format given in  Appendix I     Page 19 of 23 of Tender SG1I7516P16 dated 15 06 2015    Bidders are required t
36. open  select the  SSIG signed file from the  PC and name the file under Description  Assigned to General Data and click on OK to save the File   IMPORTANT NOTE   NO PRICE SHOULD BE INDICATED IN TECHNICAL BID    Priced bids of only those bidders will be opened whose offers are found to be techno   commercially acceptable     7 0 General Qualification Criteria    In addition to the General BRC BEC  following criteria on Bidders  Experience and their financial  capabilities shall be considered  documentary evidence to be provided along with the bid in Technical  RFx   gt  External Area    gt  Tender Documents  as on the Bid Closing Date     i   Successful execution of a single order of value not less than Rs  65 90 Lakhs for supply of similar  items during last 3 years     Page 4 of 23 of Tender SGI7516P16 dated 15 06 2015    ii   Annual turnover of the firm in any of the last 3 financial years or current financial year should  not be less than Rs  219 67 Lakhs     8 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 Guwahati is to be sent to Chief Material  Manager   Oil India Limited  Pipeline Headquarter    P O  Udayan Vihar  Guwahati  781171  Application  shall be accepted only upto one week prior to Bid Closing date  The envelope containing the application  for participation should clearly indicate    REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR  E TENDER NO        for easy i
37. or our necessary scrutiny  otherwise offer shall be rejected    ii  Test certificates to be provided with each Generator Set and these tests to be carried  out as per IS specification    iii  Instruction manual  Technical literature and electrical circuit diagram along with  each Gen  Set are to be supplied      h  INSPECTION  amp  TESTING    i  Pre dispatch inspection of the sets shall be carried out by the supplier at the works of  manufacture  Load testing of the generator sets for output and performance shall be  carried out in presence of the purchaser or his representative appointed for the purpose  and to his satisfaction    ii  Inspection and Testing of the Alternator sets  Completed unit of Engine  amp   Alternator with its acoustic enclosure  will be witnessed by OIL engineers    representatives at the Supplier s premises prior to despatch    iii  Intimation for Inspection  amp  Testing shall be sent to M s OIL INDIA LIMITED by  the Supplier at least fifteen days  15 days  in advance in both the cases   iv  Pre Despatch Inspection  amp  Testing arrangement at manufacturing unit of Generator  Set will be arranged by the Supplier at Supplier s cost including consumables  Supplier  have to arrange at least 3  One day  per visit at manufacturing unit excluding to  amp  fro  journey period  visits for 2 nos  of Representatives from OIL for 15 nos  Gen Sets       i  WARRANTY    The DG set comprising of Engine  amp  Alternator shall be warranted against defective  material
38. ountings with connections  amp  spare 3  blank holes in each bus        Three 63 Amp TPN Switch Disconnector Fuse units as Incomers for DB Panel  Board      d   32 Amp TPN MCB  4 nos      outgoing     e   10 Amp TPN MCB  6 nos      outgoing     f     4 Amp TPN MCB   4 nos      outgoing     g   Four nos Empty partitions dimension not less than 30cmx20cm with door and  Two LED indication lamp in each partition   colour Red  amp  green  and blank power  amp   control terminal block inside      h   LED Phase Indication     3 nos    i One smart Meter to be provided to facilitate recording Total KWH consumption  amp   reading bus voltage current power etc     3  Construction  testing etc  and earthing shall be same as Generator Control Panels     Note  Please refer schematic drawing Il  attached herewith          40       INSTALLATION   COMMISSIONING  TESTING AND HANDING OVER   Installation and Commissioning of the Generating set  Control panels  amp  Distribution  Feeder Panels shall be carried out by the supplier in the presence of OIL  representatives at its Repeater Stations located in three different states of Assam   Bengal  amp  Bihar  Services of qualified and competent personnel from equipment  manufacturer are essential during installation and commissioning of the generating  sets     Persons engaged for installation  testing and commissioning of alternator  control panel   amp  Distribution Panels should have valid electrical license issued by State Licensing  Board  A p
39. oving the Old Sets   Panel and placing it outside the Repeater Station with GI Sheet     The sole supplier should divide the work in three groups for installation   commissioning  amp  testing of the Gen Sets  with its panels  The Three Group Should work simultaneously in three different locations   so that the duration of  installation  amp  commissioning period can be minimized     RESPONSIBILITY  The responsibility for performance to the specifications shall not be divided among individual  component manufacturers  but must be assumed solely by the primary manufacturer  This includes generating  system design  manufacture  test  and having a local supplier responsible for service  parts and warranty for the total  system     AFTER SALES SERVICE   Bidder should indicate the availability of nearest after sales service centre along with  the details of infra structural capabilities  The nature of after sales service  which can be provided by the supplier   during initial erection and commissioning as also subsequent operation should be clearly stated in the quotation     SERVICE AND WARRANTY     i  The manufacturer should have a local authorized dealer who can provide factory trained servicemen  the required  stock of replacement parts  technical assistance  and warranty administration     11  The manufacturer   s authorized dealer shall have a parts and service facility within 300 km of the jobsite     iii  The generator set supplier shall have factory trained service repres
40. ping  for Leak off fuel    14  Protection devices for    a  Low Lube Oil Pressure  amp  High Lube Oil Temperature shut down  One no  Low lube  oil pressure  LLOP  switch and one no Lube oil temperature  LOT  switch to be  incorporated with the engine for protection of low lube oil pressure and high lube oil  temperature respectively  These both switches are comprising with one normally  opened and one normally closed contact  1 NO   1 NC   The operating range for the  LLOP switch should be 1 5   0 15 Kg cm2  amp  LOT should be 125   C 30  C as per  norm    b  High Cylinder Head Temperature shut down  One no  High Cylinder Temperature   HCT  switch to be provided with the engine  which consists of one normally closed  contact  NC  for protection of engine cylinder head from excessive temperature  The  operating range of temperature switch should be within 170   C to 200  C   c  Over Speed Shut down    d  V Belt Failure Shut down  One no V belt switch comprising with 1 normally  opened  amp  one normally closed contact for monitoring of cooling system  amp  to  incorporate safety shut down    15  Fuel system  It shall be fed through engine driven fuel pump  Replaceable element  Fuel Filter  preferably twin fuel filter arrangement  shall be suitably located to permit  easy servicing  Fuel inlet line to the engine shall be having stainless steel flexible  connection to take care of vibration shock  if any  in the system  Any piping  modification  new valve  amp  hose required sha
41. rom time to time    xvi  NOTE  Bidders should submit layout drawing of the acoustic enclosure indicating  positions of engine  alternator  and control panel etc along with the wiring diagram of  the package and will have to be approved by OIL before execution of the order      d  GENERAL NOTES    a  The offer will not be acceptable if the party do not quote for all items of the tender  and supply  installation  commissioning of all items and cables    b  In their offer the bidder must mention their detailed comments point wise against  each point of tender specifications  Any deviation from the tender specification shall be  specifically mentioned  Specific type and make of equipment should be mentioned  All  the information required as per tender specifications must be submitted    c  In the event of an order the bidder will submit to OIL within one month of placement  of order all documents and drawings as required against each item    d  The manufacture of the equipment is to be started only after written approval of the  required drawings  documents by OIL as mentioned in tender against all equipments   e  Bidder will provide with the offer the list of tools and equipment available with the  bidder to carryout the installation and commissioning work as per tender    f  The bidder will be responsible for safety of its personnel and safety of all the  equipment  All the safety gadgets required for safely carrying out the job shall be  provided by the bidder    g  Bidder wil
42. shless type   5 3 The whole Set shall be provided with acoustic enclosure     Page 17 of 23 of Tender SG1I7516P16 dated 15 06 2015    Technical data sheet complying above data must be submitted  failing which bid shall be rejected     6 0  6 1 Bidder must quote for all items in the tender  failing which bid shall be rejected   6 2 Bidder must fulfill Warranty Clause given the item specification  failing which bid shall be rejected      B  COMMERCIAL      i  The Bidder shall furnish requisite Bid Security by way of a Bank Guarantee Bank Draft in the manner and as  specified in Section    Bid Security    which shall be furnished alongwith the    Techno Commercial Bid     Any bid not  accompanied by a proper bid security will be rejected     ii  Bids are to be submitted in a single stage two bid system  i e  Technical Bid  Unpriced  and Priced Bid  separately  Bids shall be rejected outright if the technical bids contain the prices     iii  Validity of the bid shall be minimum 120 days from the Bid Closing Date  otherwise the bid shall be rejected     iv  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     v  Bids received after the bid closing date and time will be rejected     vi  All the Bids must be Digitally Signed using  Class 3  digital certificate  e commerce application  as per Indian  IT Act obtained from the licensed Certifying
43. sinedies seu es  Bank Name KAWAWA AA WI AA SA AAA AHA  Branch KAKAA WAWA UA AAA WA AA AAA AAA KENA  Complete Address of your EEEE E E E E chnoeseseees nab E A a BA wa aza  Bank ii WA  IFSC Code of your Bank   a  RTGS IA EEE   b  NEFT EEE E SAA E E E E E TE E  PAN E E E E E T E E  VAT Registration No  E E E E A E AAA AAA  CST Registration No  E E T TE T A E E EE E EE  Service Tax Registration No  KAA AAA AAA S   Provident Fund Registration WAA AE ANA AYA WA INE MA BA AA AA WAA KAO NI AA ABA AAA WAA WAA VA AA KA CA    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     Page 23 of 23 of Tender SG1I7516P16 dated 15 06 2015    
44. ssembly  pre dispatch Inspection  amp  Testing  amp  Supply of DG sets  with acoustic enclosure as per technical specifications mentioned below   2  Supply of Air Intake  amp  Exhaust Ducting  Exhaust Silencer Piping   3  Supply of all accessories for Fuel supply  amp  return from existing piping from Diesel  tank   4  Supply of all electrical cables  amp  earthing connectors from the DG set   5  Supply of Commissioning spares  amp  two  2  years OEM recommended spares for  each DG set   6  Submission of Documents  Manuals  amp  other records   7  Delivery of one set at each Repeater Station  as per attached Station list    8  Safe Unloading  amp  storage till installation    General Conformity with Statutory Acts  Rules  Standard  amp  Codes    1  All components shall conform to relevant Indian Standard Specifications  wherever  existing  amended to date  Otherwise  International standards such as ISO  BS  IEC  IP  etc  shall be complied  as applicable    2  OISD standard shall be followed for guidelines on safety  wherever applicable    3  All electrical works shall be carried out in accordance with the provisions of Indian  Electricity Act 2003 and Indian Electricity Rules 1956 as amended up to date    4  Central Pollution Control Board  CPCB   India rules  amp  norms for Noise Limits   Emission levels  amp  other parameters  as applicable      a  TECHNICAL SPECIFICATION   RECIPROCATING INTERNAL  COMBUSTION ENGINE    Diesel Engine  Air cooled  3 cylinder  vertical inline  
45. trol Panel   Distribution panel shall be provided to the parties during the Pre bid Conference  Parties should come fully prepared  to the Pre bid Conference and submit their queries to OIL in the Pre bid Conference for clarification  The set of  queries in    Word format    may also be sent to OIL at least 7  seven  days before the Pre bid Conference for study by  OIL  OIL will not be responsible for non receipt or late receipt of any bidder   s query in OIL   s office     3  Any changes in the technical specifications and other terms  amp  conditions of the Generating Set  Control Panel   Distribution panel arising out of discussion in the Pre bid Conference shall also form part of the bidding document    4  At the most 2  two  representatives from each prospective bidder shall be allowed to participate in the pre bid  conference  All costs for attending the pre bid conference shall be to prospective bidders    account     Page 2 of 23 of Tender SGI7516P16 dated 15 06 2015     5  Parties  immediately after the purchase of the bidding documents  shall inform OIL at the following address  about their participation in the Pre Bid Conference with details of the persons to enable OIL to make arrangement  for the Pre Bid Conference     CHIEF MATERIALS MANAGER  OIL INDIA LIMITED  PIPELINE HEADQUARTER    P O UDAYAN VIHAR  PIN     781171 GUWAHATI  ASSAM  INDIA  FAX NO     91   361     2643686  E Mail   oilmatpl   oilindia in   panchali  oilindia in       Standard Notes     1 0 The t
46. urce  Bidders should also  confirm about installation  commissioning in the Technical Bid     Notes    a  Once commissioned at designated site the generating set will be subjected to a trial  run  reliability run  on available load for a minimum period of 48 hrs continuously and  on satisfactory performance shall be subsequently handed over to OIL    b  OIL will give 14 days advance notice prior to installation to the successful bidder     General Notes for Bidder           AU       Page 13 of 23 of Tender SG1I7516P16 dated 15 06 2015                 Bidders should confirm each  amp  every point clearly  Deviations  if any  should be  highlighted in the quotation     1 0 Materials shall be brand new  unused  amp  of prime quality    2 0 Installation  amp  Commissioning  The successful bidder will be required to install  and commission the unit by their competent service engineer    3 0 Installation  Commissioning charges must be quoted separately on lump sum basis  which shall be considered for evaluation of the offers  Total Nos  of days required for  commissioning shall also be clearly indicated by the bidders    4 0 While quoting Installation Commissioning above  bidder should take into account  all charges including to and fro fares  boarding lodging  local transport at Respective  Repeater Stations in Assam Bengal  amp  Bihar and other expenses of supplier s  personnel during their stay at Respective Locations              Special Terms  amp  Conditions      Successful b
47. volt grade    6  All the control  amp  power interconnection wirings shall be done with copper flexible  PVC wires   ISI Marked  amp  1100 volt grade  with accepted colour codes    7  The panel board must be built by M S Sheet of suitable gauge  floor mounted type   IP 44  with load bearing member  doors  partitions  covers  equipment mounting plate   amp  removable gland plate  painted with texture finish electro static paint   Powder  Coating  with paint thickness 80      20 microns    8  The panels shall be earthed as per standard practice  All doors shall have earthing  with main frame through copper braided wires    9  The test certificate as per IS 8623 Part 1  1993  amp  IS 13947 Part 1   1993 for the  individual panel shall be submitted with the panel along with test certificates of  individual components of panel as applicable     Nos           30       Design  Manufacture Assemble  Installation and Commissioning of  Distribution Panel     1  Design  manufacture  supply  installation  amp  commissioning of Distribution Panels as  replacement of existing ones shall be in the bidder scope  All control  amp  interconnecting          Nos        Page 12 of 23 of Tender SG1I7516P16 dated 15 06 2015          cables shall be flexible PVC copper wire with ISI mark  amp  1100V grade   2  The panel board should house the following      a   Electrical  amp  mechanical interlocked TPN Power Contactors as shown in the  Diagram 2     b   TPN Copper Bus Bars of suitable size  amp  m
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
この取扱説明書には取り付け方や電球の交換方法、 お  AASD BYOD - Appleton Area School District  BEDIENUNGSANLEITUNG  Jensen A222HLX User's Manual  FFAST Injector  Kit Everpure Kit Everpure H104 UV  Manuel d`utilisation  Philips N Coffee maker HD7457/20  Proyecto Reglamento seguridad gasodomesticos v10  TERMO-IGROMETRO RADIOCONTROLLATO    Copyright © All rights reserved. 
   Failed to retrieve file