Home

FORWARDING LETTER Tender No. : SDI

image

Contents

1. E 5 v E 6 E 7 E 8 E 9 E 10 E 11 F 1 F 2 F 3 F 4 F 5 F 6 F 7 F 8 G 1 Page 22 of 26 G 2 G 3 G 4 G 5 G 6 G 7 G 8 G9 G 10 G 11 H I H 2 H 3 HA H 5 H 6 H 7 H 8 H 9 H 10 H 11 H 12 H 13 H 14 H 15 H 16 H 17 H 18 H 19 I 1 1 1 Page 23 of 26 1 1 1 2 0 1 2 1 1 2 1 2 1 1 2 2 1 2 3 1 2 4 1 2 5 1 2 6 1 2 7 JI J 2 Price Schedule for the Bidder Please fill the relevant rows column Tripod SI Unit Total Remarks Item No Item Description Ouantity No Cost R Cost 7 If any Total Station A 1 A 11 1 al Al 1 Xal Singular Circular 2 a2 A2 2 X a2 Prism Reflector Pole 2 a3 A3 2 X a3 Dual Strut Support 2 a4 A4 2 X a4 Accessories A Total Instr tHeicht Consumables instrument Heig 1 Station and 2 a5 A5 2 X a5 Meter Accessories A 12 Tribrach without 2 set a6 A6 2 X a6 optical plummet Tribrach with optical 3 set a7 A7 3 X a7 plummet Wooden Telescopic 4 a8 A8 4 X a8 Page 24 of 26 Rechargeable other accessories 3 a9 A9 3 X a9 Internal Battery Battery Charger 3 alo
2. In case of any problem in any of the surveying equipments along with their peripherals accessories onboard software and office software including third party items supplied against this tender during the warranty period the bidder s engineer has to report at OIL Duliajan office within 72 hours of reporting the problem After that the bidder has to ensure the rectification maintenance repair replacement of these equipment and peripherals and software applications and handover the same to OIL Duliajan within seven 7 days in ready to use condition as per OEM standards and certification Page 15 of 26 G 4 G 5 G 6 G 7 G 8 G9 G 10 G 11 H 2 H 3 HA H 5 In case of bidder s failure as per G 3 a penalty shall be levied 0 5 per week of the order value up to a period of 4 weeks If bidder fails to rectify the problem within the stipulated period 4 weeks penalty shall be levied 1 per week of the order value and the warranty period will also be extended for additional delays The bidder must have OEM certified service centre in India where all the repairing maintenance and calibration work should be done OEM Certified During warranty period calibration repair replacement of all the equipments including third party items shall be necessarily done once in a year at bidder s OEM certified service centre in India All the necessary expenses and other arrangements for transportation of equipments
3. A10 3 X a10 Necessary cables amp 2 set all All 2 X a11 A SUM of A1 Total cost of one 1 no of Total Station amp Accessories Consumables to A11 Total Cost Of seven 7 nos of Total Station i 7 A U 7 XA amp Accessories Consumables B 1 Office Software suite 3 bl Bl 3 X bl including license etc B 2 1 PC zi b2 B2 7X b2 B Office Software amp B 2 2 Laser Printer 5 b3 B3 5 X b3 Hardware B amp W B 2 3 Laser Printer 2 b4 B4 2 X b4 Colour B 2 4 Scanner 3 b5 B5 3 X b5 V SUM of Total Cost of Office Software amp Hardware B1 to B5 E Installation amp Commissioning 1 E W 1XE F Training 1 F X IXF Charges For 1 Year 1 hi H1 1Xhl Charges For 2 Year 1 h2 H2 1Xh2 Charges For 3 Year 1 h3 H3 1 Xh3 H Annual Maintenance Contract Charges For 4 Year 1 h4 H4 1Xh4 AMC Charges For 5 Year 1 h5 H5 1Xh5 Y SUM of Total AMC charges for five 5 years H1 to H5 Page 25 of 26 Total Cost of all the items from Z U V W X Y Serial No 1 to Serial No 5 In Figures 2 Page 26 of 26
4. Bidders have to submit both the Unpriced Bids and Priced Bids through electronic form in the OIL s e Tender portal within the bid Closing date and time stipulated in the e tender The Unpriced bid is to be submitted as per scope of works and Technical specification of the tender and the priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway BID SECURITY Bid security of 1 46 000 00 shall 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 If bid security in ORIGINAL of above mentioned amount is not received within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bid Security shall be valid for 10 months from the date of bid opening PERFORMANCE BANK GUARANTEE Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value For exemption for submission of
5. Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 5 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 6 0 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
6. Performance Bank Guarantee please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Performance Bank Guarantee for capital nature items like plant and machinery etc shall be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier However for consumables like chemicals cement tubular etc the Performance Bank Guarantee shall be valid for 12 months from the date of despatch The Bank Guarantee should be allowed to be encashed at all branches within India Validity of the bid shall be minimum 120 days from the Bid Closing Date 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 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 All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected Page 8 of 26 x Price should be maintained in the online pri
7. a Quantity Seven 7 in No b Processor Intel Core 17 Processor 3 0 GHz 8MB Cache or Better eo Operate Sytem Compatible with the software Genuine Windows 7 or MS XP desirable d Software Microsoft Office 2010 Software e Warranty amp Service 1 year Premier Service with 1 year Complete Cover f Memory 8GB Dual Channel 1333 MHz DDR3 SDRAM or better g Hard Drive 1 TB SATA Hard Drive or better lot Load 8X DVD RW Drive with 1 Internal Optical Dave a ie write WAA i Antivirus Efficient Antivirus of one year subscription G Monitor Full HD LED monitor 17 inch or more with multi touch wall mountable k Keyboard Multimedia keyboard D Mouse Optical Mouse m Graphics Card een dedicated graphics card n General All the Essential software and accessories should be provided B 2 2 Laser Printer Black amp White a Quantity Five 5 in no b Paper Size A4 A3 c Print Qualit 600 x 600 dpi black or better d Print Technology Laser print technology e Print Speed Best quality mode Black 12 ppm or better f Memory Standard 32 MB or better g Media Supported aie aa a photo banner envelope h Input capacity standard 150 sheet or better i Duplex printing Available B 2 3 Laser Printer Colo
8. as shown in the Performa ii The bids confirming the specifications term and conditions stipulated in the enquiry and considered to be responsive after subjecting to Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria 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 ii To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected iii Priced bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the priced bid Page 9 of 26 E Tender No SD19681P14 P3 ANNEXURE IA Date 24 04 2013 Technical Specification for procurement of seven 07 nos of Total Station A Introduction Oil India Limited desires to procure seven 7 nos of Total Stations each Total Station is described in this document Required Specification of each Total Station The detailed technical specificat
9. circle eccentricity A 10 Display Full colour graphical touch screen display amp should have alpha numeric code on both sides of the total station b Illumination Capability to illuminate keyboard Page 10 of 26 Page 11 of 26 and display for night operation A 11 Power Options a Battery Lithium Ion Batteries Ni MH battery b Operation Time Should be minimum of 6 hours c Charging Time Less than 2 hour A 12 Accessories a Singular circular prism with holder and target plate 2 Nos for each Total Station b Reflector pole telescopic with circular bubble cm and feet Graduation extended up to at least 2 15 metres 2 Nos each Total Station c Dual strut support bipod for pole prism carrier 2 Nos for each Total Station d Instrument height meter 2 Nos for each Total Station e Tribrach without optical plummet must be offered 2 set with each Total Station f Tribrach with optical plummet must be offered 3 sets with each Total Station g Wooden Telescopic Tripod must be offered 4 Nos for each Total Station h Rechargeable internal batteries 3 three nos for each Total Station with quick chargers three nos must be offered i All the necessary cables amp other accessories required for any kind of geodetic surveying 2 set must
10. items and all the software applications including OS amongst other not explicitly mentioned hereunder shall have to be covered by Annual Maintenance Contract AMC for Five 5 years AMC period will start after successful completion of Warranty period The bidder has to quote the total AMC charges per year separately for five year and enclose the detailed break up of the AMC per year in terms of different items covered along with the bid The charges quoted against AMC for five 5 years will be considered for commercial evaluation The AMC will include preventive as well as corrective maintenance The bidder has to identify the critical spares required for stocking at Duliajan and the same has to be mentioned in their quote The successful bidder has to stock critical spares as identified to minimize downtime of all the equipments supplied Page 16 of 26 H 6 H 7 H 8 H 9 H 10 H 12 H 13 H 14 HIS The bidder will depute one of their trained OEM certified surveying expert on as and when required basis to Duliajan during five 5 years AMC period for a period of maximum of 15 working days per year The surveying expert should be qualified and should have minimum 2 years experience with similar systems In case of any defect in any of the surveying equipments along with their peripherals amp accessories including third party items during AMC period the supplier shall arrange to replace repair the defective par
11. the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under i SHRI N GOPLASWAML I A S Retd Former Chief Election Commissioner of India Page 4 of 26 E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com 11 0The tender shall be governed by the Bid Rejection amp Bid Rejection 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 12 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 sisi NOTE 1 Bidders should submit their bids explicitly mentioning compliance non compliance to all the NIT terms and conditions Yours Faithfully Sd S HAZARI SENIOR PURCHASE
12. will be borne by the bidder Warranty should also include supply installation and maintenance of all the software upgrades as well as those already installed amp commissioned as per scope of the tender with necessary additional hardware if any free of cost at the earliest During the warranty period for routine maintenance repairing replacement of all the supplied equipment should be done once as and when required by OIL and the bidder s engineer s must visit Duliajan Operational site once in a year for a period of four 4 working days All the repairing maintenance should be OEM certified The bidder has to ensure the availability of all the accessories mentioned in clause A 12 for Total Stations throughout the currency of contract and has to provide the same to OIL free of cost as and when the same are required for smooth running of the Total Stations For warranty services OIL will liaise only with a single point of contact of the bidder The bidder has to mention the contact address phone number of the contact person who will be responsible for warranty support All the necessary expenses and other arrangements for travel accommodation of supplier s engineer and transportation of equipments peripherals including third party items during warranty period will be borne by the bidder Annual Maintenance Contract AMC All the surveying equipments along with their peripherals amp accessories including third party
13. A 6 a A 6 b A 7 a A 8 a A 9 a A 10 a A 10 b A 11 a A 11 b A 1L c A 12 a A 12 b A 12 c A 12 d Page 19 of 26 A 12 e A 12 f A 12 g A 12 h A 12 i B 1 a B 1 b B 1 c B 1 d B 1 e B L f B 1 g B 1 h B 1 i B 1 j B 1 k B 2 1 a B 2 1 b B 2 1 c B 2 1 d B 2 1 e B21 B 2 1 g B 2 1 h B 2 1 i B 2 1 4 B 2 1 k B 2 1 1 B 2 1 m B 2 1 n B 2 2 a B 2 2 b B 2 2 c Page 20 of 26 B 2 2 d B 2 2 e B 2 2 f B 2 2 g B 2 2 h B 2 2 i B 2 3 a B 2 3 b B 2 3 c B 2 3 d B 2 3 e B 2 3 f B 2 3 g B 2 3 h B 2 3 i B 2 3 j B 2 3 k B 2 3 L B 2 4 a B 2 4 b B 2 4 c B 2 4 d B 2 4 e B 2 4 f B 2 4 g B 2 4 h B 2 4 i B 2 4 B 2 4 k B 2 4 L B 2 4 m B 2 4 n B 2 4 0 Page 21 of 26 B 2 4 p B 2 4 q B 2 4 r B 2 4 s B 2 4 t C D E l E 1 1 E 1 2 E 2 E 3 EA E 5 i E S ii E S iii E 5 iv
14. OFFICER IP FOR HEAD MATERIALS Page 5 of 26 Annexure CCC 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 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the specifications and terms and conditions given in this bid document Bids shall be rejected in case the offered product does not conform to required parameters stipulated in the technical specifications 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 Bids not satisfying the following criteria will be rejected 1 0 Bidder s qualification 1 1 The bidder sh
15. Oo OIL INDIA LIMITED A Government of India Enterprises E PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email simanta_hazari oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI9681P14 P3 Date 24 04 2013 Tender Fee Rs 1 000 00 Bid Security Amount Rs 1 46 000 00 Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable OIL invites Bids for Supply Installation amp Commissioning Training and AMC of Electronic Total Station 07 Nos through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders and Amendment No 1 to General Terms and Conditions for Indigenous E Tender b Technical specifications and Quantity as per Annexure 1A c The prescribed Bid Forms for submission of bids are available in th
16. all be an Original Equipment Manufacturer OEM of TOTAL STATION Unit as described in clause A for TOATL STATION Unit OR 1 2 The bidder shall be an authorized dealer of the Original Equipment Manufacturer OEM of TOTAL STATION Unit as described in clause A for TOTAL STATION Unit Necessary certificate to this effect duly signed amp stamped by the OEM must be submitted by the bidder along with the bid 2 0 Bidder s Experience 2 1 The bidder must have sold amp commissioned a minimum of Five 5 nos of quoted TOTAL STATION unit in last three 3 years of which at least two 2 nos of such systems must have been sold amp commissioned in India Necessary documents need to be provided in the support of the same Page 6 of 26 3 0 General 1 ii iii iv v vi All the materials as indicated in the material description of the enquiry should be offered If any of the items are not offered by the bidders the offer will not be considered for evaluation The bidder should quote the latest make and model at the time of bid submission Bidder must provide self certification stating that the bidder has not been debarred from participation in any tender or and supply of survey equipments from any State or Central Government Organisations PSUs during last five 5 years as on bid closing date In case of false self certification the bid will be rejected The bidder must have an OEM certified service centre in India where al
17. arted to ten 10 OIL s personnel for a period of ten 10 working days by OEM certified surveying expert at the field site This training will include all the operational aspects of Total station surveying recorders onboard and office software applications for survey data processing processing methodology quality control etc The detailed training schedule for all of the mentioned trainings will be decided by OIL in mutual consultation with the bidder to derive maximum benefit as per OIL s internal requirement and objectives All the necessary expenses and other arrangements for travel accommodation of bidder s expert s will be borne by the supplier The details of the training should be enclosed along with the offer Warranty All the surveying equipments along with their peripherals amp accessories including third party items and all the software applications including OS amongst other not explicitly mentioned hereunder shall have to be covered by a warranty for twelve 12 months after the date of successful installation and commissioning at site In case of any defect in any of the surveying equipments along with their peripherals amp accessories including third party items and all software applications during warranty period the supplier shall arrange to replace repair the defective part at his cost and ensure that the equipment and peripherals are in ready to use state throughout the currency of the contract
18. be offered with each Total Station B Office Software and Hardware B 1 Specification for Office Software Jobs Description a No of Software License Three 3 in No The Software should capable of handling the b Data Handlin Total Station data in all the aspects of data gt import export data processing data integration and data management Capable of Importing the Raw Data logged ey Raport from Total Station created in the field as such Capable of Exporting Data in CSV ASCH ka Expos formats and other standard formats Software should be capable of generating e Reporting HTML style reports directly for the surveyed data Capable of transferring the data from one f Datum Transformation datum to another for given set of common points with or without the knowledge of datum Capable of performing 3D adjustments for the Er adune surveyed area of Total Station networks h Feature Codin Software should support feature coding with 5 attribute information Software should be capable of computing the i COGO Calculations coordinates of unknown points using reference points and coordinate geometry r The software should be a capable of line WA areae Lineo RUDE mealons spline and area for the surveyed data The software should have an image referencing module and the surveyed data ee ee should be imported directly on this back ground Raster Image B 2 Specifications for Hardwares B 2 1 PC For Post processing
19. ce schedule only The price quoted other than the online price schedule shall not be considered except the summary of prices as per the Price Schedule to be uploaded along with priced bid INTEGRITY PACT OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the technical specifications terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL 1 All the items will be procured from the same source Evaluation will be done taking the prices of all items together
20. dully signed by the authorised representatives of OIL shall be issued certifying that the fully integrated system is functioning satisfactorily as per the supply order At least one of the surveying experts is required at commissioning site for additional one week after the system is commissioned successfully to ensure deployment and functioning of supplied equipments in the field Installation and Commissioning charges will be considered for Bid Evaluation The bidder shall make all the arrangements for carrying out the installation and commissioning All the necessary expenses and other arrangements for travel accommodation etc of supplier s engineer s will be done by bidder For installation and commissioning OIL will liaise only with a single point of contact of the bidder The bidder has to mention the contact address phone number of the contact person who will be responsible for installation and commissioning of all the equipments peripherals and software items etc Training In order to ensure optimal utilization of surveying technology and efficient management of the sophisticated system training has to be imparted to OIL s personnel The charges of training if any should be quoted in the enclosed price schedule Page 14 of 26 F 2 F 3 FA F 5 F 6 F 7 F 8 G 1 G 2 G 3 Training programme should include classroom training as well as survey site training and will cover topics like unders
21. e Technical RFx gt External Area gt Tender Documents d 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 Page 1 of 26 e 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 f Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as
22. ion required of SI No Description Specifications AI Angle Measurement a Least Count 0 5 to 1 Sec or better b Angle Accuracy as per ISO for both Hz V angle 1 sec or lesser c Method Absolute Encoders A 2 Telescope a Telescope Magnification 30X or more b Field view 1 30 or lesser c Minimum Focusing Distance 1 7m or lesser d Aperture 45mm or lesser A 3 Distance Measurement A 3 1 WITH PRISM a Using Long Range EDM Minimum 3000 m with single prism b Accuracy 2 mm 2ppm a Display A 3 2 WITHOUT PRISM a Range Minimum 200 meter b Accuracy up to 200 meter 5 mm 2ppm A 4 Measuring Mode and Time a Fine Mode 3 Sec or lesser b Coarse or Rapid Mode 2 Sec or lesser c Tracking Mode 1 5 Sec or lesser A 5 Memory a Internal Memory Internal Memory minimum 256 MB or better b External Memory tie Slot for USB pen drive and Flash A 6 Compensator a Type Dual Axis b Compensating Range 5 or better A 7 Plummet a Laser Optical Plummet Inbuilt Laser Optical Plummet A 8 Drives a Mechanical Horizontal amp Vertical Drives ey naye Endless movements witli iriphon A J Correction Line of sight error tilting azis error vertical a Automatic Correction index error standing axis tilt earth curvature refraction and
23. l be borne by the bidder and will be deducted at source by OIL The bidder can start the preliminary work pertaining to Installation and Commissioning at Duliajan after the receipt of the firm order The total period of completion of installation and commissioning is maximum Forty Five 45 days from the date of successful delivery of all the items This includes fifteen 15 days for arrival of the commissioning engineers at the respective site and Thirty 30 days for completion of commissioning after arrival of the commissioning engineers at site The following points are to verify at the consignee s premises jointly by the representative of the bidder and OIL s representative s Quantity and physical condition of each of the items supplied Manuals amp catalogues Software media and manuals Necessary tests warranty guarantee certificates Any other details as per complete system specifications The installation and commissioning shall be complete in all aspects of TOTAL STATION Units As per Terms amp Conditions mentioned in the Tender Document Comprehensive acceptance tests as per the acceptance protocol are to be carried out during the commissioning of each item of the system including all the accessories and peripherals by the representative s of the supplier in fully working condition after dully interfacing all the supplied items in presence of OIL s representatives An installation and commissioning certificate
24. l the repairing maintenance and calibration work should be done OEM Certified The Bidder must provide comprehensive detail of their Service facilities in India with list of equipments employed for servicing the surveying equipments Total Stations and service software The Bidder must also provide detail of service manpower and their experience in servicing the quoted products All items as indicated in the material specification of the tender should be offered If any of the items are not offered by the bidder the offer will be considered as non responsive and rejected Bidders must quote the specifications as per tender format and all the columns of the check list and price should be filled properly However prices should be kept blank in the technical bid vii Bidders must submit a written undertaking that in case of an order they will provide services for Installation Commissioning of the entire system training at Duliajan Assam and Comprehensive Annual Maintenance Contract AMC as per the tender requirements Any bidder not offering the same shall be considered as non responsive and rejected Note If any of the clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict with the clauses of the tender elsewhere those in the BRC BEC will prevail Page 7 of 26 B Commercial i ii iii iv V vi vii viii Bids are invited under Single Stage Two Bid System
25. nditions Go to this Tab Notes and Attachments for Uploading and Statist Terms of Payment 9010 90 against despatch 10 after receipt Priced Bid files Created C Created E Last Processed C Last Processed E Details Send E Mail Call Clear Function Number Name Valid fr i 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 RFx Response Number 60006452 RFx Number TEST2 Status thdraw n Submission Deadline 13 04 2013 11 00 00 INDIA RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 5 Adda Clear Assigned To Category Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning a Delete Create Qualification Prof Assigned To Category Description Fie Name Version aH The table does not contain any data Note 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 Sign On Signing a new file with Page 3 of 26 extension SSIG will be created
26. ns throughout the currency of contract and has to provide the same to OIL free of cost as and when the same are required for smooth running of the Total Stations Page 17 of 26 H 16 H 18 H 19 For AMC services OIL will liaise only with a single point of contact of the bidder The bidder has to mention the contact address phone number of the contact person who will be responsible for AMC support All the necessary expenses and other arrangements for travel accommodation of supplier s engineer and transportation of equipments peripherals including third party items during AMC period will be borne by the bidder AMC charges will be paid half yearly after successful completion of the AMC services for that period Any penalty amount levied on the bidder will be adjusted from that period s AMC charge OIL may extend the AMC period with prevailing terms and conditions for a period of 2 years after successful completion of the existing AMC lt X Page 18 of 26 Check List for the Bidder Important Please tick relevant box and specify remarks if any Use additional sheets for remarks if required NIT Agree Any Deviation Remarks Technical Brochure Item No Reference Page No A 1 a A 1 b A 1 c A 2 a A 2 b A 2 c A 2 d A 3 1 a A 3 1 b A 3 2 a A 3 2 b A 4 a A 4 b A 4 c A 5 a A 5 b
27. nt of all the equipments including third party items shall be done once in a year at bidder s OEM certified service centre in India All the necessary expenses and other arrangements for transportation of equipments will be borne by the bidder The bidder is also required to ensure that all the third party items are replaced repaired calibrated as the case may be so that they are in ready to use state During the AMC period for routine maintenance repairing replacement of all the supplied equipment should be done once in a year as required by OIL and the bidder s engineer s must visit Duliajan Operational site once in a year for a period of four 4 working days All the repairing maintenance should be OEM certified AMC should also include supply installation and maintenance of all the software upgrades as well as those already installed amp commissioned as per scope of the tender with necessary additional hardware if any free of cost at the earliest The bidder must have OEM certified service centre in India where all the repairing maintenance and calibration work should be done OEM Certified The Bidder must provide full details of the Service facilities in India with list of Total Stations related service equipments service software s details of service manpower and their experience in servicing quoted products The bidder has to ensure the availability of all the accessories mentioned in clause A 12 for Total Statio
28. on the Bid Closing Date a Bidder should have experience of successfully executing similar order of Rs 43 79 Lakhs during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 145 95 Lakhs 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto one week prior to bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents bef
29. ore the last date of sale of tender document mentioned in the tender 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response 3 2 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions Page 2 of 26 3 3 A screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid y Technical RFx Response Ciosel _withdrgy V4 RFx Response Number 60006452 RFx Number TEST2 Status ittd RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V meme Print Preview aat Event Parameters Service and Delive Currency Indian Rupee Incoter Detailed Price Information Price with Co
30. re e mail 28 sec for single image scan A4 PDF to e mail 59 sec for single image scan i Scan size flatbed maximum 21 6 x 31 1 cm Paper plain inkjet photo banner envelopes labels cards index greeting 3 D i Media types supported objects 35 mm slides and negatives using transparent materials adapter iron on transfers Windows BMP JPEG TIFF TIFF compressed PNG PCX Flashpix FPX PDF PDF searchable RTF HTM TXT Macintosh TIFF PICT JPEG GIF FlashPix Plain Text PDF HTML Rich k Scan file format Text 1 Scan speed in preview mode 8 5 sec m Control panel e Scan Scan film Copy n Operating temperature range 10 to 35 C o Operating humidity range 0 to 90 RH p Non operating humidity 0 to 90 RH q Standard connectivity Hi Speed USB 2 0 Windows 2000 XP Home XP Professional XP Professional x64 Edition Certified for Windows Vista Mac OS X v10 3 9 v10 4 and higher r Compatible operating systems s Mac compatible Yes USB cable Power supply adapter power cord s CDs include software and User s Guide Setup and Support Guide LR LS registration flyer t Accessories Documentation and Manual 2 sets of hard copies and 2 sets of soft copies in CD DVD media of detailed technical manuals should be provided for all the vendor s items amp third party items for all the hard
31. t at his cost and ensure that the equipments and peripherals are in ready to use state throughout the currency of the contract The bidder at his own cost shall arrange the clearance of the spare parts equipments etc from custom and port authorities in India and shall pay all requisite duties including customs duty damages if any clearance fee charges inland transport charges etc In case of any problem in any of the surveying equipments along with their peripherals accessories onboard software and office software including third party items supplied against this tender during the AMC period the bidder s engineer has to report at OIL Duliajan office within 72 hours of reporting the problem in case the problem cannot be solved through telephonic support After that the bidder has to make sure the rectification maintenance repair replacement of equipment and peripherals to handover the instrument and peripherals to OIL Duliajan within seven 7 days in ready to use condition as per OEM standards and certification In case of bidder s failure as per H 9 a penalty shall be levied 1 per week of the AMC charges for the running year up to a period of 4 weeks If bidder fails to rectify the problem within the stipulated period 4 weeks penalty shall be levied 2 per week of the AMC charges for the running year and the AMC period will also be extended for additional delays During AMC period calibration repair replaceme
32. tanding of TOTAL STATION surveying recorders onboard and office software applications survey data processing processing methodology quality control for acquired geodetic data etc for Total Station unit The bidder will have to organize training at OIL Duliajan within a period of 20 days from the completion of installation and commissioning of the surveying equipments This training will be imparted by OEM certified faculty for twelve 12 OIL s personnel for a period of 20 working days The training will include classroom training for 10 working days covering detailed understanding of total station surveying Total station surveying recorders onboard and office software applications for survey data processing processing methodology quality control etc Further field training on all the above mentioned aspects of geodetic surveying operations at the surveying site should be imparted for 10 working days so that 2D amp 3D seismic survey operations for staking out source and receiver locations on the ground can be done with precision in terms of parameterization methodology and finally the accurate positioning Bidders need to depute their surveying expert in the field for two weeks during field operations for trouble free and smooth execution of geodetic surveying operations in field During the course of AMC period training on surveying operations will be imparted in Duliajan Operational areas once in a year The training will be imp
33. 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 7 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 8 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 9 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 10 0 a The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading
34. ur a Quantity Two 2 in no b Print Technolo In line colour laser printing technology direct SH econo ogy to page printing or better c Paper Size A4 A3 d Processor Speed 450MHz or better e Print Quality colour best quality 600 X 600 dpi or better P Print Speed oe Black colour normal quality or g Memory Standard 96 MB or better Paper bond brochure color glossy letterhead photo plain preprinted pre h Media Supported punched recycled rough transparencies labels envelopes cardstock i Input capacity Sheets Up to 250 j Output capacity Sheets Up to 200 k Duplex printing Available D Monthly duly cycle 30 000 pages or more B 2 4 Specification for Scanner a Quantity Three 3 No b Scan type Flatbed c Optical scanning resolution Up to 4800 dpi d Bit depth 96 bit e Gray scale levels 256 f Auto document feeder capacity None Built in Transparent Materials Adapter g Transparency adapter TMA five 35 mm slides or six 35 mm negative frames h Scan speed 10 x 15 cm colour photo to file 13 sec for Page 12 of 26 multiple image scan 29 sec for single image scan 35 mm slides to file 6 sec for multiple slide scan 24 sec for single slide scan 35 mm negative to file 8 sec for multiple negative scan 39 sec for single negative scan OCR A4 text page to Microsoft Word 25 sec for single image scan 10 x 15 cm colour photo to sha
35. ware and software in English only This includes the detailed user manuals for critical equipments like Total stations Onboard Software Office Software etc D Inspection Two or three OIL s personnel will visit the vendor s site for a duration of one week for carrying out item wise physical inspection of imported items as per specification Vendor must provide adequate office space for company representatives involved They also must provide FAX Telephone amp Internet facilities to company representatives at their office OIL will bear the travelling and lodging expenses of nominated OIL s personnel for the purpose of site inspection In case of inspection need to be done outside India the successful bidder must have to intimate OIL seventy five 75 days prior to the expected inspection date E Installation and Commissioning E l Delivery Schedule E 1 1 All items need to be delivered at OIL s office at Duliajan within One Hundred and Twenty 120 days of issue of firm order E 1 2 Delivery will be the essence of the contract Bidders are to quote their best delivery E 2 The TOTAL STATION Systems should be installed and commissioned by the bidder at Oil India Ltd s specified location in Duliajan Assam only Charges if any should be quoted in the Page 13 of 26 E 3 EA E 5 E 6 E 7 E 8 Eg E 10 E ll ii iii price schedule Any service tax income tax Personal tax etc arising out of the above wil

Download Pdf Manuals

image

Related Search

Related Contents

Samsung SGH-J800 Vartotojo vadovas  Lenco LED-2412  Danby DCF051A1WDD User's Manual  Lenovo Essential G505s  Extron electronic IPI 201 AAP User's Manual  Manual de instruções ICC324HF-1PT4  User Manual  G-Technology 3TB G-Raid  DMD Announces the 7925 Disc Drive  USER MANUAL RC-M - stromverteiler24.de  

Copyright © All rights reserved.
Failed to retrieve file