Home
        SKI6462P15/08 - Oil India Limited
         Contents
1.    OIL INDIA LIMITED   A Government of India Enterprises   E 4  India Exchange Place  Kolkata  1    TELEPHONE NO   033  22301657  FAX NO   033  22302596  Email  oilcalmn oilindia in    FORWARDING LETTER  Tender No  amp  Date   SKI6462P15 Date  03 03 2015  Tender Fee   Rs 1 000 00  Bid Security Amount Rs 47 500 00  Bidding Type Single Stage Composite Bid  Bid Closing on   As mentioned in the Basic Data of e portal  Bid Opening on   As mentioned in the Basic Data of e portal  Performance Guarantee   Applicable  Integrity Pact   Not Applicable  Delivery Required   At DULIAJAN  ASSAM    OIL invites Bids for 34 nos  5 HP Submersible Pump Sets along  with Installation  amp  Commissioning as per Annexure II through its E   Procurement site  The bidding documents and other terms and conditions are  available at Booklet No  MM CALCUTTA E 01 2010  The prescribed Bid Forms for  submission of bids are available in the Technical RFx   gt  External Area    gt  Tender  Documents     The general details of tender can be viewed by opening the RFx   Tender  under RFx  and Auctions  The details of items tendered can be    The tender is invited with firm price for the specified quantity  Further details of  tender are given below      TENDER COVERING LETTER  1     1  Details of Items with Quantity and Unit of measure are as under              SL NO  MATERIAL DESCRIPTION  QUANTITY   UNIT  SUPPLY AND INSTALLATION  amp   10 COMMISSIONING OF 5 HP  SUBMERSIBLE PUMP SETS  Details as per 34    Annexure
2.   Water quality to be handled by the pump  indicative only    Appearance   Clear   pH  6 2   Turbidity   1 0 NTU   Bi carbonate   98 0   Salinity  Nacl    16 0 ppm  Chloride   10 0 ppm   Carbonate   Nill   Silica   34 0 ppm   Sulphate   Nill   Total Hardness   72 0 ppm  Calcium   Nill   Magnesium   Nill   Sodium   Nill   Potassium   Nill   Iron  1 5 ppm   Total dissolved solids  126 0 ppm  Total suspended solids  8 0 ppm     C  General Notes on pump      a  The unit should be a compact one made up of a submersible pump and a submersible  motor with shafts connected by a sleeve and operates submerged below the surface of  water  The unit should be capable of being suspended vertically when installed     b  The direction of rotation should be clearly and securely marked by  incorporating embossing an arrow on the pump sets     c  A name plate with corrosion resistant material shall be affixed on the pump sets with  details such as  IS mark  model  manufacturer s name  serial no  no of stages  RPM   suction and delivery sizes etc     d  The unit shall be suitably painted by water resistant paint     e  Necessary clamping device for installation and subsequent operations  tools for  routine maintenance etc  should be provided by the supplier along with the supply     f  Any special tools required for dismantling of this pump including coils of water proof  tap for cable connection should be supplied along with the pumps and should be included  in the offer with unit price  part n
3.  OF STAGES    CAPACITY     BRAKE HORSE POWER  Required    MAX HEAD  amp  MIN HEAD   DELIVERY PIPE SIZE     MINIMUM BORE WELL SIZE    MATERIAL OF CONSTRUCTION   OVERALL EFFICIENCY AT DUTY POINT     MOTOR     MAKE    MODEL     MOTOR RATING  HP     RATED CURRENT    NO OF PHASE    VOLTAGE     FREQUENCY     STARTER    MATERIAL OF CONSTRUCTION      Note The parties shall quote separately for the installation testing commissioning works  giving break up of various jobs     B  COMMERCIAL     a  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      15   b  Comparison of bids will be done on the basis of  Total value  which is estimated as  under      A  Total Material value of Pumps     B  Cost of Spares  amp  Tools    C  Grand total Material Value   A B     D  Packing  amp  Forwarding Charges    E  Excise Duty    F  Total Ex works value   C D E above    G  Sales Tax as applicable on  F above    H  Total FOR Despatching station Value   F G  above    1  Transportation charges  as quoted     J  Insurance charges  0 5  of Total FOR Despt  Station Value   K  Assam entry tax    L  Installation  amp  Commissioning charges including Service Tax    c  In the event of computational error between the unit price and total price  unit price  shall prevail for evaluation     d  Similarly i
4.  all branches  within India     vi   Bids received after the bid closing date and time will be rejected  Similarly   modifications to bids received after the bid closing date  amp  time will not be  considered     vii   Validity of the bid shall be minimum 120 days from the Bid Closing Date  Bids with  lesser validity will be rejected     viii   Bids containing incorrect statement will be rejected     ix   All the Bids must be Digitally Signed using    Class 3    digital certificate  e commerce  application  as per Indian IT Act obtained from the licensed Certifying Authorities  operating under the Root Certifying Authority of India  RCAI   Controller of  Certifying Authorities  CCA  of India  The bid signed using other than    Class 3     digital certificate  will be rejected      14   2 0 BID EVALUATION CRITERIA  BEC      A  TECHNICAL    The bids conforming to the technical specifications  terms and conditions stipulated in the  bidding document and considered to be responsive after subjecting to Bid Rejection  Criteria  BRC  will be considered for further evaluation as per the Bid Evaluation Criteria  given below     i  All 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    Technical Requirement    DATA SHEET  Including relevant parameters with respect to technical specifications  asked for in PR     PUMP      MAKE    MODEL    RPM    NO
5.  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    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     TENDER COVERING LETTER  3     5 0    6 0    7 0    8 0    9 0    10     NOTE     All the Bids must be Digitally Signed using    Class 3    digital certificate  e   commerce application  with organisation name as per Indian IT Act obtained  from the licensed Certifying Authorities operating under the Root Certifying  Authority of India  RCAI   Controller of Certifying Authorities  CCA  of  India     Bidders must ensure that their bid is uploaded in the system before the tender  closing date and time  Also  they must ensure that above documents which are  to be submitted in a sealed envelope are also submitted at the above  mentioned address before the bid closing date and time failing which the offer  shall be rejected     Bid must be submitted electronically only through OIL   s e procurement  portal  Bid submitted in any other form will be rejected     The tender shall be governed by the Bid 
6.  ll  NOS                 The tender will be governed by   a     General Terms  amp  Conditions    for e Procurement as per Booklet NO     MM CALCUTTA E 01 2010 for E procurement  LCB Tenders     b  Technical specifications with BEC BRC and Qty  as per ANNEXURE II     c  The prescribed Bid Forms for submission of bids are available in the Technical  RFx   gt  External Area    gt  Tender Documents    d  Inthe 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    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 and RESPONSE  SHEET given in MS excel format in Technical RFx   gt  External Area    gt   Tender Documents  The above filled up document to be uploaded in the   Response     Special Note     1 
7.  shall be taken in design for thrust control  pressure control   lubrication  winding cooling  sealing etc    The connection designation of windings should be clearly marked at the ends  Same  marking are to be provided at both ends of the cable to be connected     General Notes on motor    1  Motor shall be tested as per BIS and test certificates shall be furnished with the supply   2  The motor s  shall be guaranteed for 1  one  year from the date of commissioning   Guarantee certificate shall be duly signed and stamped by the supplier and shall be  provided along with the supply     B  Motor Cables     Each motor shall be supplied complete with 2 nos  3x4 sq mm  PVC insulated motor  cables of 50 mt length each with flexible copper conductors  One end of each cable shall  be connected to stator winding and the joint made waterproof  Cable should conform to  BIS  No joints shall be allowed     C  Starter control panel specification     The starter for the motor shall be a DOL starter contained in a starter control panel  The  starter control panel shall be industrial type  self supporting  floor mounting  built with rigid  framework of suitable size MS Angle Channel of sufficient strength with vibration  dampers  dust and vermin proof made of 14SWG CRCA sheet steel  cubicle type  conforming to IP54  having front hinged door with locking arrangement  danger plate  fitted on body of the panel  lifting hooks on top  ventilation louvers with perforated sheet  on both sides  doub
8.  should have experience of successfully executing similar order for at least  Rs 14 22 677 00 during the last three years as on the Bid Closing Date of the tender     Note    i  Similar Order means Purchase Order for Submersible Pumps of rating 1 5 HP  or above in Government Semi Government PSU or Public Limited Company     ii  In case the bidder submits documentary evidences of more than one Purchase Order  in support of the bid  then the total value of the Purchase Orders should be at least Rs  14 22 677 00 during the last three years as on the Bid Closing Date of the tender    iii  The bidder must submit the followings as documentary evidence  attested self  attested  in support of the experience      a  For OIL Purchase Order  copy of   Purchase Order  of completed supply must be  submitted as per BRC Clause 2 0 above above    b  For supply to other Govt Semi Govt PSU or Public Limited Company  copy  s  of  Purchase Order of the supply along with invoice against the purchase order or  Completion certificate of the supply from the end user are  is to be submitted    In case the bidder submit Completion certificate from the end user  the completion  certificate should clearly mention the Purchase Order No s   Total Value of Supply and  complete description of the supplied item    3 0  Bidder must be an OEM of the offered submersible pump set or their authorized  dealer supplier  In case  the bidder is an authorized dealer supplier of the OEM  then  valid authorization lette
9.  the Name  amp   Address of the local authorized dealer in their bid  if any      iii  Pump should conform to IS 8034 2002 and the bidders should provide a confirmation  from OEM along with their offers      iv  The bidder should undertake  amp  confirm that the equipment to be supplied are not  going to become obsolete for the next 10yrs and provisioning of spares can be continued     3 0 WARRANTY   The warranty period for the pump set and all other accessories should be a minimum of    12months from the date of commissioning or 18months from the date of dispatch  The  relevant warranty certificate should be submitted at the time of delivery of the pump sets     4 0 INSPECTION      i Oil India Ltd  OIL  will inspect the unitized Pumpset as a whole at manufacturer s work  prior to despatch  Test certificate of pumps and motors has to shown at the time of  inspection  However such inspection will not relieve the supplier of his responsibility to  ensure that the equipment supplied conforms to the correct specifications and is free  from manufacturing and all other defects    N B  OIL shall bear the cost of travel  boarding  amp  loadging arrangements for the deputed  OIL s representative for the inspection purpose      ii  Supplier has to inform OIL at least two week in advance for the inspection at  manufacturer s work     5 0 TRIAL RUN     Once commissioned at designated site the pump set will be subjected to a trial run on  available load for a minimum period of 5 hrs and o
10. 0 General Qualification Criteria   In addition to the general BRC BEC  following criteria on Bidders   Experience and their financial capabilities shall be considered  documentary  evidence to be provided along with the bid in Technical RFx   gt  External Area     gt  Tender Documents as on the Bid Closing Date     a  Bidder should have experience of successfully executing    similar order for at least Rs 13 86 Lakhs during last 3  years as on the Bid Closing Date     TENDER COVERING LETTER  2        2 0    3 0    4 0    b  Annual financial turnover of the firm in any of the last 3  financial years or current financial year should not be less  than      Application showing full address   e mail address with Tender fee  non   refundable  of   1000 00 per tender  excepting PSU and SSI units registered  with NSIC  by Demand Draft in favour of M s  Oil India Limited payable at  Kolkata and to be sent to Head Calcutta Branch  Oil India Limited  4  India  Exchange Place  Kolkata     700 001  Application shall be accepted only upto  one week prior to Bid Closing date  The envelope containing the application  for participation should clearly indicate       REQUEST FOR ISSUE OF USER  ID AND PASSWORD FOR E TENDER NO SK16462P15 dated 03 03 2015  for easy identification and timely issue of authorisation  On receipt of  requisite tender fee and subject to fulfilment of eligibility criteria  USER_ID  and initial PASSWORD will be communicated to the bidder  through e mail   and will be allo
11. 034 2002  specifications      b  The bidder must submit the Performance charts of the offered pump indicating  capacity  head  efficiency  size of impeller  no of stages etc  along with the offer  The  performance chart should be from OEM  The bidder must mark in the performance charts  the discharge  head  amp  efficiency of the offered pump at the duty point      c The bidder must submit the technical data sheet of the offered model of the pump set  along with their bids  The technical data sheet should include the followings     DATA SHEET  Including relevant parameters wrt technical specifications asked for in  PR      i  PUMP    MAKE     MODEL   RPM       LO  NO OF STAGES   Maximum head    Minimum head    Maximum discharge    Minimum discharge    BRAKE HORSE POWER  Required    DELIVERY PIPE SIZE   Minimum well bore dia in which the pump can be installed   MATERIAL OF CONSTRUCTION   Direction of rotation   OVERALL EFFICIENCY AT DUTY POINT      ii  MOTOR    MAKE    MODEL     MOTOR RATING  HP     RATED CURRENT    NO OF PHASE    VOLTAGE     FREQUENCY     STARTER    MATERIAL OF CONSTRUCTION     2 0 SERVICE      i The bidder should have an authorized service centre along with spare parts supply  facilities within India  The bidder should indicate the Name  amp  Address of the authorized  service centre in their bid      ii  In case of any technical assistance and warranty administration  the bidder should  extend the assistance within 72 hrs of call  The bidder should indicate
12. E I    Tender No amp  Date   SK16462P15  08 Dated   03 03 2015    OIL INDIA LIMITED invites Indigenous tenders for items detailed below   TECHNICAL SPECIFICATIONS WITH QUANTITY                SI No  MATERIAL DESCRIPTION  QUANTITY UNIT   amp  MATERIAL  CODE NO   SUPPLY OF 5 HP SUBMERSIBLE  PUMP SETS  10  Coe ene DETAILS _ SPECIFICATION _IS__ GIVEN 34 NOS   0c000456   BELOW  20 INSTALLATION  amp  COMMISSIONING 01 AU                   Details Specification for Item 10     1 0 Submersible water pumps as a compact unit consisting of a submersible pump and a  submersible motor with shafts connected by a sleeve and operating submersed under  water     A  Pump specifications    General Specifications of the pump    Type   Submersible   Capacity   Pump should have minimum discharge of 10 M3  Hr at a corresponding   head of 50 Meter  minimum  at duty point    Liquid   Water of Sp  Gravity 1 0   Duty   Continuous   Well Bore Dia in which pump will be lowered  100 MM  4inch    Static water depth  10 M to 18 M below ground level   Pump Delivery size  50 MM  2 inch  NB   Bearing   Sleeve   Lubrication  Lubricated by pumped liquid  water   Bearing should be against the ingress  of sand by suitable structural element    Make  WIPL KIRLOSKAR KSB MATHER or equivalent    The motor is to be coupled with the pump through a suitable coupling for easy  dismantling and servicing     The pump should conform to IS 8034 2002   B  MATERIALS OF CONSTRUCTION  MOC     The indicative MOC of the Pump sets ar
13. Rejection  amp  Bid Evaluation Criteria  given in enclosed Annexure II  However  if any of the Clauses of the Bid  Rejection Criteria   Bid Evaluation Criteria contradict the Clauses of the  tender and   or    General Terms  amp  Conditions    as per Booklet No   MM CALCUTTA E 01 2010 for E procurement  LCB Tenders  to General  Terms and Conditions for Indigenous E Tender elsewhere  those in the BEC    BRC shall prevail     To ascertain the substantial responsiveness of the bid OIL reserves the right to  ask the bidder for clarification in respect of clauses covered under BRC also  and such clarifications fulfilling the BRC clauses in toto must be received on  or before the deadline given by the company  failing which the offer will be  summarily rejected     1  Bidders should submit their bids explicitly mentioning compliance    non compliance to all the NIT terms and conditions     2  PSUs and SSI units are provided tender documents Free of Cost  as per govt  guidelines   however they have to apply to OIL s designated office to issue the  tender documents before the last date of sale of tender document mentioned  in the tender     Yours Faithfully     Sd      G  C  Sarma   SMM P   For Head Calcutta Branch    TENDER COVERING LETTER  4     OIL INDIA LIMITED   A Government of India Enterprise   4  India Exchange Place  4  floor   Kolkata 700001     West Bengal  India     TELEPHONE NO   033  2230 1657   58   59  FAX NO   033  2230 2596    Email   oilcalmn oilindia in    ANNEXUR
14. abels  for the terminals shall be provided    9  All component of the panel should be properly marked as per drawing    10  Sufficient space shall be provided in the starter for cable termination  dressing and  connecting cable leads to the brought out terminals    11  The starters shall be inspected  amp  tested along with the drive at the manufacturers     premises before dispatch    12  The starter shall be guaranteed for 1  one  year from the date of supply  Guarantee  cards shall be duly signed and stamped by the supplier and shall be provided along with  the supply     D  Incomer switch   One no  switch for each pump set     ay  Party shall supply and fix one no  switch on pump house wall  This switch shall be used  as main incomer for the power supply to the pump shed  Switch shall be 32 Amps TP amp N   415V Combination Fuse Switch unit with cast iron   sheet metal clad enclosure and fitted  with 32A HRC fuses  The CFS unit shall be provided with two nos  cable entry boxes with  detachable gland plate  amp  single compression cable glands suitable for incoming and  outgoing cables of size  4 x 10 Sq  mm  PVCA aluminium conductors  The CFS unit shall  be mounted as mentioned under Installation and commissioning    Make of CFS unit  GE     E  Documents     1  The following documents shall be submitted with the offer   a  GA and dimensional drawing of all electrical equipment    b  Technical details of the Motor    c  Power and control circuit diagram of control panel    
15. d  Bill of materials with technical details of various components of the Starter Control  Panel     2  The successful bidder shall obtain approval for the drawings prior to manufacturing of  equipment panel  In case the drawings and documents submitted for approval are not as  per order then the order shall be cancelled  In such case the cost incurred by OIL in  processing the tender shall be recovered from the party    a  GA and dimensional drawing of all equipment   b  Power and control circuit diagrams with BOM   The manufacture of the unit is to be started only after written approval of the drawings by  OIL     3  Four bound sets of the following documents shall be submitted with the supply    a  Approved GA and dimensional drawing of all equipment   b  Approved Power and Control circuit diagrams   c  Technical details of the Motor   d  Bill of materials with technical details of various components of the Starter Control  Panel   e  List of recommended spares for two years   f  All test certificates   g  Guarantee Certificates    4  One laminated copy of the approved power  amp  control circuit drawing shall be pasted  inside of the front door of the Starter Control Panel     F  Spares   Following spares are to be provided along with the supply     a  TP Power Contractor used in the starter panel   1 no  per panel  b  O L relay used in the starter panel   1 No  per panel    c  Water level guard used in the starter panel   1 No    Makes of Electrical Components     1  Moto
16. e  will be liable for rejection      16   C     General Terms  amp  Conditions    for e Procurement as per Booklet NO   MM CALCUTTA E 01 2010 for E procurement  LCB Tenders      
17. e given below   Component Material of Construction    1  Shaft sleeve Bronze grade LTB 2  3 4 or 5 of IS 318 or 12 chromium steel  grade X 04 Cr 12 X12Cr12 and X 20 Cr 13 conforming to IS 6911 or IS 6603 SS304     2  Casing wear ring Bronze grade LTB 2  3 4or 5 of IS 318   Gunmetal   3  Bush Bronze grade LTB 2  3or 4 of IS 318  4  Discharge casing  if provided  Cast iron grade FG 200 of IS 210   FG 250    5  Impeller Bronze grade LTB 2 of IS 318 or Stainless Steel Grade X 12 Cr 12 of IS 6911  or IS 6603   casted steel  SS410  SS304     6  Pump bowl diffuser Cast iron grade FG 200 of IS 210    7  Pump shaft Stainless steel grade X 04 Cr 12 X 12 Cr 12 or X 20 Cr 3 of IS 6603    3 2  8  Suction casing Cast iron grade FG 200 of IS 210    NOTE    i  The materials listed are to be considered as only typical and indicative of  minimum requirements of the material properties  The use of materials having better  properties is not prejudiced by the details above provided materials for components in  bearing contact with each other do not entail galling  corrosion  magnetic induction etc    ii  The bidder shall specify the tests and inspection procedures that may be necessary to  ensure that materials are satisfactory for the service  Such test shall have to be  mentioned in the bidder s offer  The bidder shall have to submit detail test certificates for  the material testing  Material of Construction  mentioned in their offer prior to pre   dispatch inspection of the pump sets      iii
18. ircuit     Overload  through Thermal bi metallic over load relay  range 4 6 A   Make of OLR shall  be same as that of contactor      Phase failure  make of SPPR  Siemens   Schneider      Dry Run  to prevent running the pump in dry condition Water level guard unit with  probes electrodes and adequate length of cable for connection of probe with the panel  shall be provided    Make  Minilec L amp T Siemens    REMOTE LOCAL switching  The control panel shall include START   STOP push buttons  with separate terminal block for remote Start   Stop PB Station     Terminals  Tinned copper brought out terminals shall be provided for all cable  connections  Sufficient space shall be provided in the starter panel for cable  termination  dressing and connecting cable leads to the brought out terminals      6     DP MCB  1 no   6A DP MCB shall be fitted suitably on the side wall of panel for operation  from outside the panel for pump shed lighting  Incoming power to this switch shall be  tapped from the main incomer through 6 amp HRC fuse using single core 2 5 sq mm  PVC insulated copper cable and shall be marked accordingly  The connection terminals  of MCB should not be accessible from outside the panel     Cable entry   termination arrangement  The panel shall have suitable cable entry  arrangement with detachable gland plates for all incoming  outgoing cables   Single compression heavy duty nickel plated brass glands shall be provided for entry of  all cables to the panel  All cable en
19. le earthing studs on two sides complete with suitably sized zinc  plated  amp  passivated double nuts and spring washers  The overall dimensions of the panel  should limited to 1900 mm  H  x 500 mm  W   The panel shall be thoroughly cleaned by  seven tank anti corrosion treatment before and then powder coated with DA grey paint as  per BIS  Painting thickness shall be minimum 50m micron     The panel shall have the following components     Incomer  415V  32A rated TPN Switch Fuse unit with suitably rated HRC fuses as  incomer  with brought out terminals of tinned copper for termination of the incomer supply  cable  The unit shall be provided with adequate cable entry arrangement with detachable  gland plate  amp  single compression cable gland suitable for 1 no  4 x 10 Sq  mm PVCA  aluminium cable  supply cable   The incomer unit shall be so mounted that the lower side  of the panel with cable gland for incomer cable is at a height of minimum 450 mm from  floor level for ease of cable terminations    Make  Siemens   GE    Power Contactors  Power contactor s   AC3 duty  as necessary depending on type of  starter  01 no  for DOL  with 4NC   4NO auxiliary contacts    Make  Siemens  Schneider  Telemecanique     AC3 rating of the contactors shall be sized for long life  2 nos  spare potential free  auxiliary contacts shall be provided with main contactors     Protections  The motor shall have the following minimum  but not limited to  protections in  the Starter panel      Short C
20. n satisfactory performance shall be  subsequently handed over to OIL    BID EVALUATION CRITERIA BID REJECTION CRITERIA    The following BRC BEC will govern the evaluation of the bids received against this  tender  Bids that do not comply with stipulated BRC BEC in full will be treated as non  responsive and such bids shall prima facie be rejected  Bid evaluation will be done only  for those bids that pass through the    Bid Rejection Criteria    as stipulated in this  document    Other terms and conditions of the enquiry shall be as per General Terms and Conditions  vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders  However  if any of the  Clauses of the Bid Rejection Criteria   Bid Evaluation Criteria  BRC   BEC  contradict the  Clauses of the tender or MM CALCUTTA E 01 2010 elsewhere  those in the BRC   BEC  shall prevail     BID REJECTION CRITERIA  BRC      The bids shall conform generally to the specifications and terms as  well as conditions laid out in the tender  Bids will be rejected in  case the items offered do not conform to the required parameters  stipulated in the technical specifications and to the respective  international national standards wherever stipulated  Notwithstanding  the general conformity of the bids to the stipulated specifications and  terms and conditions  the following requirements will have to be met by  the bids  without which  the same shall be considered as non responsive  and stand rejected      12   A      TECHNICAL    1 0  Bidder
21. n the event of discrepancy between the words and figure  words shall prevail  and adopted for evaluation     e  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     f  Evaluation will be done on    total contract cost    basis to ascertain the lowest bid     Standard Notes     A  The original bid security   Amount is mentioned above and also in Basic  Data of the tender in OIL   s e portal  should reach us before bid closing date  and time  Bid without original Bid Security will be rejected  In lieu  bidders  can also pay the Bid Security amount online through e procurement portal   The bidders who are exempted from submitting the Bid Bond should attach  documentary evidence in the Collaboration folder as per General Terms and  conditions for e Procurement as per Booklet NO  MM CALCUTTA E 01 2010  for E procurement  LCB Tenders      B  All the Bids must be Digitally Signed using    Class 3    digital certificate  e   commerce application  only 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 certificat
22. o etc      4    g  Spare parts book with part no  2 sets  for each motor  pump and any other  consumable parts of the unit should be furnished along with the supply  in case of an  order    h  Two 2  sets of Operation and maintenance manual of each pump and motor should  be supplied along with the final dispatch of the units in case of an order    i Successful bidder should emboss the OIL s respective Order No on the Pump Set s  Body    j  Test and guarantee certificates shall have to be provided along with the pump set     2 0 SPECIFICATIONS OF ELECTRICAL ITEMS  A  Motor Specifications     Motor shall be suitable for 415     10  volts  3 Phase  50 cycles AC supply and should  withstand high voltage fluctuations  The motor shall have the following specifications     Type   Submersible water filled squirrel cage AC induction Motor   HP  5 HP   Voltage   415    6  V   RPM   to match driven loads   Frequency  50 Hz     3  Hz   Starting   DOL   Duty   Continuous   Bearing   Thrust bearing   Protection   IP 58   Standard   IS 9283  Motor as per cat B   Earthing   As per IS 9283  3043   Markings   Name plate details with name of manufacturer  frame size  rated voltage   rated output  current  frequency  type of duty  class of insulation  no  of phases  speed in  rpm at rated output  degree of protection  winding connections  temp rise  bearing sizes   nominal efficiency  category of motor  ref to IS 9283  lubricant  lubrication material and  year of manufacture    Suitable measures
23. o the incomer CFS  incomer cable to be  supplied by OIL    6  Laying and termination of cable from incomer CFS to starter panel  cable to be  supplied by OIL    7  Laying and termination of cable from starter panel to motor   8  Laying and termination of cable from starter to water level guard probe   9  Laying and termination of cable from DP MCB  mounted on starter  to light fitting inside  the pump house   10  Earthing of incomer CFS  starter panel and motor  if required  with proper GI straps  and earth electrodes  as per IS  3043 and IS  9283    11  Testing and commissioning of the pumpset along with starter panel  accessories and  all safety systems for proper functioning to full satisfaction of OIL     All cables shall be fixed and rigidly supported using metallic saddles   clamps   MS pipes    MS angles  Spacing between saddles shall be max 300mm  Saddles and fixing hardware  shall be supplied by the party  Cables from starter panel to motor pump casing shall be  protected with heavy duty GI  Painted MS pipe  The pipe shall be fixed to the floor of the  pump house with clamps     All cables of shall be connected through suitably sized single compression glands and  terminations will be made through properly rated tinned copper sweating sockets crimped  rigidly to the copper conductors  All termination accessories shall be supplied by the  party     SPECIAL TERMS AND CONDITIONS    1 0 PUMPSET      a  The bidder to confirm that the submersible pump shall conform to IS 8
24. r  KSB Kirloskar or equivalent    2  CFS SFU  GE Siemens   3  HRC fuse fuse holders  GE   4  Contactors  Siemens Telemecanique   5  Overload relay  Same make as contactor   6  Water level guard  Minilec Prayog L  amp  T Siemens   7  Meters  Automatic Electric L  amp  T Rishabh   8  Meter selector switch  Kaycee Salzer   9  LED indication lamps  Binay Tecknik Siemens   10  Terminal blocks DIN channel  Elmex Connectwell Tosha    General Notes for electrical items and works     1  Bidder shall furnish every detail of the electrical items in their offer as per above in  THE SAME ORDER  All of the above shall form part of the order  Hence any deviations  must be clearly mentioned which shall be securitized for acceptability  Specific type and  make of components should be mentioned clearly  OIL reserves the right to accept or  reject the deviations  In case of an order the complete electrical specification of the  tender and the deviations accepted by OIL in writing shall be mentioned in the order  No  deviation shall be allowed at the time of supply and in such case the order will be  cancelled without any liability to OIL    2  All electrical items shall be procured from OEM or their authorized dealers only  In  case of dealers copies of valid dealership certificates shall be furnished with the offer  without which the offers shall not be considered for evaluation    3  The starter shall be inspected at Manufacturer s premises before dispatch    4  Packing shall be adequate to a
25. r from the OEM is to be submitted along with the offer     B   COMMERCIAL    i   Bid security amounting to Rs  47 500 00 can be paid in three modes  viz    Bank Guarantee  DD  Online  Bid security in the form of Bank Guarantee as  per format given in the LCB booklet MM CALCUTTA E 01 2010 of Rs  47 500 00 shall be submitted manually in sealed envelope superscribed with BID  SECURITY AGAINST Tender no  SKI P15 to Head Calcutta Branch  Oil  India Limited  4_ India Exchange Place  Kolkata 700001 only on or before the  Bid Closing Date and Time mentioned in the Tender  If bid security in ORIGINAL  of above mentioned amount is not received within bid closing date   the bid    submitted through electronic form will be rejected without any further  consideration  In lieu  Bid Security of Rs  47 500 00 can also be paid online    through our e procurement portal as per procedure given in user manual in OIL   s  e procurement portal  For exemption for submission of Bid Security  please refer  relevant para of General Terms and Conditions vide MM CALCUTTA E 01 2010  for E Procurement LCB Tenders  The Bid Security if submitted in the form of  Bank Guarantee shall be valid for 180 days more than the Bid validity  i e    for 300 days from the date of bid validity     ii     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      13   iii   The annual 
26. tries shall be from bottom and the detachable gland  plate for all cable entries shall be at a min  height of 450mm from floor level     Metering  amp  indication     The panel shall have following for meters and indication      Voltage of all three phases  0 500V  through voltmeter Make  AE Conzerve with inbuilt  selector switch      Motor Current of all three phases through ammeter Make  AE Conzerve with inbuilt  selector switch      Indications  LED type indicating lamps with complete fittings  with legend plate for  RYB  Phase Healthy      Motor Run      Motor Off        Motor Trip on Fault        General Notes on starter     1  The Starter Control Panel shall be weatherproof with IP54 degree of protection    2  The panel shall be thoroughly cleaned before applying 2 coats of rust preventing  primer followed by two coats Siemens gray paint    3  All Power wiring inside the panel shall be done with 1100V grade  PVC insulated  flexible copper cable  All cables shall have tinned copper lugs for termination and ferrule  numbers for proper identification    5  All Control wiring shall be done with single core  2 5 mm   PVC insulated  stranded   660V 1100V grade copper wires  The control voltage shall be 240VAC  50 Hz    6  Panel shall have moulded fuse holders  suitably fused  for control  amp  instrument circuits   Make  GE   7  All wires shall have ferrule numbers for proper identification    8  Legend plates for the indication lamps  meters  control switches   buttons and l
27. turnover in any of the last 3  three  financial years or current financial  year should not be less than Rs  47 42 256 16     Note   For proof of Annual Turnover  any one of the following documents  photocopies   self attested attested  must be submitted along with the bid        a  A certificate issued by a practicing Chartered  Cost Accountants Firm with  membership no  and Firm s registration no certifying the Average Annual  Turnover and nature of business     Or     b  Audited balance sheet and profit  amp  loss account    iv   Successful bidder will be required to furnish a Performance Bank Guarantee   10  of the order value  For exemption for submission of Performance Bank  Guarantee  please refer relevant para of General Terms and Conditions vide  MM CALCUTTA E 01 2010 for E Procurement LCB Tenders  The Performance  Bank Guarantee must be valid for one year from the date of successful  commissioning of the equipment or 18 months from the date of despatch  whichever is earlier  Bidder must confirm the same in their bid  Offers not  complying with this clause will be rejected     The validity requirement of Performance Security is assuming despatch  within stipulated delivery period and confirmation to all terms and  conditions of order  In case of any delay in despatch or non confirmation to  all terms and conditions of order  validity of the Performance Security is to  be extended suitably as advised by OIL     v  The Bank Guarantee should be allowed to be encashed at
28. void transit damage and water ingress    5  The starter shall be guaranteed for 12 months after commissioning and guarantee  certificate shall be furnished along with the materials duly signed and stamped by the  supplier     G  Installation  testing and commissioning of items  Pump motor  amp  panel     1  The pump set along with the motor  starter control panel and other accessories shall  be installed  tested and commissioned by the supplier to full satisfaction of OIL  All items  required for installation and commissioning shall be approved by OIL s Engineer In   charge    2  All safety and local government regulations shall be followed during installation  testing  and commissioning    3  All works of installation  testing and commissioning shall be performed under the direct  supervision of an experienced licensed supervisor  All electrical works shall be done by  persons having valid electrical license    4  All works of installation  earthing  testing and commissioning shall be carried out in  compliance with latest BIS  CEA Regulations 2010  Indian Electricity Acts and National  Electric codes     Scope of Supply and Installation by the Supplier    1  Supply of pumpset  starter panel  cables  incomer CFS unit  water level guard  2  Supply of cable from starter to motor     9   3  Supply of cable from starter to water level guard probe   4  Installation of pumpset  starter panel including all accessories  incomer CFS   5  Laying and termination of main incomer cable t
29. wed to participate in the tender through OIL   s e Procurement  portal  No physical tender documents will be provided  USER ID AND  INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO  THE BID CLOSING DATE    Alternatively  applicants already having User ID  amp  Password for  OIL   s e portal can pay the requisite tender fee and bid security against this  tender through the online payment gateway   On receipt of request from applicants who do not have USER_ID and initial  PASSWORD  it will be communicated to the bidder  through e mail  and will  be allowed to participate in the tender through OIL   s e Procurement portal on  payment of requisite tender fees  No physical tender documents will be  provided  USER_ID AND INITIAL PASSWORD WILL BE ISSUED TILL  ONE WEEK PRIOR TO THE BID CLOSING DATE   PSU   s and SSI units registered with NSIC claiming exemption from payment  of tender fee should submit their request with all credentials at least 7 days  prior to bid closing date for participation in the tender             Please note that all tender forms and supporting documents are to be  submitted through OIL   s e Procurement site only except following documents  which are to be submitted manually in sealed envelope super scribed with  Tender no  and Due date to Head Calcutta Branch  Oil India Limited  4   India Exchange Place  Kolkata     700 001 only on or before the Bid Closing  Date and Time mentioned in the Tender    a  Original Bid Security   b  Detailed Catalogue  if
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
Secteur de Haguenau - réchauffement climatique avec le rectorat  Help Home  Descargar archivo  Manual do operador  Samsung vp-mx10a Camcorder User Manual  野順調ャ ビネッ ト  rivettatrice oleopneumatica per inserti m4/m12 • istruzioni uso    Copyright © All rights reserved. 
   Failed to retrieve file