Home

Annexure-I - Oil India Limited

image

Contents

1. 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his pr
2. Make Philips Bajaj Crompton for luminaire amp Legrand Merlin Gerin Havells for MCB Metallic plug socket F EARTHING a Two nos of 50x6 mm GI straps shall be provided inside the enclosure and fixed on the skid floor as two independent earth bus Alternator earth terminals control panel earth terminals changeover panel earth terminals and enclosure shall each be connected through two nos separate 25 x 6 mm GI straps to both the main straps buses with independent connections at separate points All Galvanization thickness shall be min 85 micron as per BIS Both the earth main straps buses shall extend up to the back of the enclosure and each earth strap shall be provided at the end with one no zinc coated terminal stud of 10 mm dia for connection of the bus to earth Two nos of earth cables 10 metre minimum length each of heavy duty PVC insulated sheathed flexible single core ISI approved copper conductor of minimum 50 mm2 CSA shall be provided for external earthing from these studs to earth electrodes in external earth pits b The neutral of the alternator will be earthed by connecting two nos of earthing cables of sufficient length minimum 15 metres at alternator neutral point at alternator terminal box or at neutral bus inside the generator control panel The other end of these cables shall be brought out of the enclosure for connection to earth electrodes in external earth pits Heavy duty PVC insulated sheathed flexible
3. Acceptance of deviations shall be at discretion of OIL Type and make of components shall be as per tender Party to also specifically confirm even if there is no deviation in their offer from technical specifications Page 10 of 22 2 The successful bidder shall obtain approval for the following drawings documents prior to manufacturing of alternator control panel and changeover switch panel within 30 days of placement of order i GA drawing of alternator control panel and changeover switch panel ii Documentary evidence from the manufacturer of generator confirming that the alternator to be supplied will meet all specifications as mentioned in the order Technical catalogue of generator iii Detailed power amp control wiring diagram detail enclosure drawings for control panel Changeover switch panel earthing scheme iv Layout plan of the unit showing all parts cable routes v Illumination scheme vi Details of power cables control cable and their routes vii Bill of materials of all components viii Copy of type test certificate if not already submitted with the offer for busbar rating and voltage level of the control panel i e 50 kA at 415 volt for 1 second from reputed government NABL approved test laboratory for bus fault level and temperature rise ix List of recommended spares for the control panel components for two years 3 Three sets of following as built documents per genset shall be
4. set e Exhaust System The exhaust system should comprise of water cooled exhaust manifold stainless steel exhaust flexible connection residential type exhaust silencer spark arrestor and piping connections ii Heavy walled piping of schedule 40 with radii of 90 Deg bend at least 1 times the pipe diameter Piping should be installed with appropriate insulation and shielding iii Piping should be supported and braced to prevent weight or thermal growth being transferred to the engine and flexible expansion fittings provided to accommodate thermal growth f Lubricating System 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 i The lubricating oil pump shall be a positive displacement type that is integral with the engine and gear driven from the engine gear train The system shall incorporate full flow filtration with bypass valve to continue lubrication in the event of filter clogging ii The bypass valve must be integral with the engine filter base of receptacle g Instrument Panel The engine mounted instrument panel shall consist of a shock mounted formed and welded enclosure Provide Metric marked gauges as above The instrument panel power control command should include the following a Lubricating Oil pressure gauge b Lubricating oil temperature gauge c Water temperature g
5. BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bids must conform to the specifications terms and conditions given in the NIT Bid shall be rejected in case the items offered do not conform to the parameters stipulated in the technical specifications and to the national international standards 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 a The Diesel engine should be a four stroke multi cylinder turbocharged Natural aspirated heat exchanger radiator cooled engine rated for continuous power and capable of developing at least 290 Net Brake Horse power at 1500 rpm with a maximum compression ratio of 18 1 Only single stage turbo charging is allowable b The model of engine offered should be one that has a proven track record for generating set application which involves supplying continuous power at variable load for unlimited hours where a 10 overload is allowed for up to 1 hour in any 12 hours of operation Bidders should have the experience of successfully completing at least 3 three orders in the last 10 ten years as on the bid closing date against sup
6. Dimensional drawings 40 Alternator frame and enclosure shall be made from MS or Cast steel 41 The permissible vibration of the alternator shall be as per IS 12075 42 The alternator shall conform to the following standards Latest publications of all IS Standards shall be referred IS 12065 Noise limit IS 12075 Vibration IS 4691 Enclosure Protection IS 6362 Cooling IS 2253 Mounting IS 13364 Specification of Alternator coupled with IC Engines B GENERATOR CONTROL PANEL SPECIFICATION Sheet steel clad self supporting floor mounting cubicle type dust and vermin proof generating set control panel made of 2 mm thick MS CRCA sheet and built upon rigid framework of channels and beams as required having front and rear hinged doors with danger plate fitted on both sides lifting lugs on top ventilation louvers on both sides bottom detachable gland plates 3 mm thick The panel doors shall have neoprene rubber gasket The panel should be designed and manufactured as per IS 8623 The panel enclosure will be as per IP54 except for the open part of cooling louvers at bottom and top of the panel sides Suitable wire mesh should be provided on the inner side of the louvers to prevent entry of insects The metal surface of the panel should be given minimum seven tanks anti corrosion treatment and then powder coated in DA grey colour Min 50 micron thick paint The frame should be able to withstand the stress and vibration during transpo
7. Duliajan Witness 1 ieee Date 27 04 2014 3 Witness 2 I sesser Page 5 of 5 Bidders Response Sheet Annexure FFF Bidders Name Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank pae E O Ses 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof a Ps a Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance by Bidder a a l ETT SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations to the bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable E nn ae opening of techno commercial bid Confi
8. Net HP developed at rated RPM Specific fuel consumption at rated power as well as 110 75 50 of rated load OA suitably selected flexible direct coupling should be incorporated to transfer power from the engine to the alternator A guard should be provided to cover the same to meet OISD norms d The generating sets should be suitable for operation at the following site conditions Maximum Temperature 48 Deg C Minimum Temperature 05 Deg C Maximum Relative Humidity at 21 Deg C 100 35 Deg C 95 41 Deg C 70 Maximum Altitude above sea level 150 Meter e Gen Set should be mounted on an oil field type skid f Bidder must submit filled in data sheet enclosed with the enquiry g Bidders must undertake that the equipment should not be obsolete for next Page 3 of 22 10 years and provision for supplying spares of the equipment will be continued 4 0 DETAILS OF ELECTRICAL PART OF THE UNIT A SPECIFICATION OF ALTERNATOR 1 Make KIRLOSKAR NGEF STAMFORD CROMPTON GREAVES CATERPILLAR KATO GENERAL ELECTRIC USA 2 Rated Output 250 KVA at 0 8 PF at Specified ambient conditions for utility and motor loads 3 Rated Voltage 415 Volts 5 4 Armature Winding 3 Phase 4 wire type 5 Rated Frequency 50 Hz 3 6 Rated power factor 0 8 lagging 7 Class of insulation Class F H but temp rise limited to class B 8 RPM As per engine rated speed 9 Phase sequence UVW phase sequence and
9. at chassis manufacturer s factory that comes along with the chassis and without requiring any subsequent additional fabrication fitment job on it a Construction All Steel Structure construction b Seating capacity Min 3 three person c Seating layout Driver s seat and 1 one Bench Seat for 2 two passengers at front d Windows In addition to all standard windows I one sliding glass window with wire mesh guard from outside at rear Non splinter toughen type glass panes lockable from inside for all windows C Rear Gen Set Cab a Construction All Metallic Structure construction b Mounting to chassis Through sufficient number of heavy duty U bolts and adequate numbers of underneath cross member channels of appropriate size Mounting should be rugged enough to overcome the stresses resulting during movement in rural oilfield road Mounting diagram of the sub frame to the main chassis is to be enclosed with the bid d Rear Overhang ROH As per original design No overhang of genset cab beyond the original chassis Any extension of chassis to accommodate Gen Set Cab is not acceptable D Dimensions a OverallLength Approx 6500 mm Width Max 2250 mm Page 16 of 22 Height Max 3000 mm from ground b Gen Set Cab Length Approx 4000 mm E Other features a All lights gauges fittings etc as per standard b Lockable fuel tank Standard Tool Kit Hydraulic Jack with handl
10. company hierarchy of the Bidder and the Page 2 of 5 amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years The Bidder accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice If the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compensation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated dama
11. designed manufactured and tested as per the latest applicable codes and standards and stringent quality control checks to be carried out at every stage 5 The control wiring shall be done with PVC insulated flexible copper wires of Page 11 of 22 2 5 sq mm and each wire shall have a ferrule number The entire wiring will be properly dressed and tested 6 All control wires shall be brought to terminal strips and from there taken to different controls devices All connections shall be done through properly rated lugs 7 Suitable inscription plates should be provided for the indication lamps push buttons selector switches terminal strips etc 8 The panels will be so placed in the enclosure that sufficient space shall be available in the front and rear of the panels for inspection amp maintenance works on the panels 9 Neoprene gaskets to be provided wherever required 10 Earth Strips of 50 X 6 mm GI shall be provided as earth bus at the rear of the switchgear for the earth connections complete with adequate Nos of zinc plated and passivated studs nuts and spring washers 11 The genset will be treated as successfully commissioned from electrical side after successful load test of the unit at OIL s field site with available load within the rated loading limits of the genset for 72 hrs submission of all documents as per Para G 3 for documents of electrical specifications and supply of all spares as mentioned under
12. direction of rotation shall be clearly marked on the alternator 10 Duty load Continuous duty rated Alternator 11 Winding Connection Y connected Separate neutral terminal shall be provided in the alternator terminal box 12 Ambient Min 5 C Max 40 C RH 95 max 13 Alternators Enclosure Protection IP 23 14 Alternators Terminal Box Protection IP 54 15 Excitation system Brush less self excited self Regulated with solid state AVR Voltage characteristics VG3 as per Table 1 IS 13364 Part 2 16 Mounting Foot mounted on Gen set skid that has been mounted on anti vibration pad 17 Permissible voltage variation As per Table 1 IS 13364 Part 2 18 Permissible frequency variation As per IS 13364 Part 2 19 Frame size Bidder to confirm 20 Waveform deviation As per IS 13364 Part 2 21 Unbalanced current As per IS 13364 Part 2 22 Short circuit current As per IS 13364 Part 2 23 Cooling Air cooled by integral fan 24 The brush less alternator shall have exciter and rotating rectifier bridge mounted on shaft complete with diodes and surge suppressor main field windings and stator windings PIV of exciter diodes must be 800v or 8 times the maximum exciter armature operating voltage whichever is higher At nominal speed the excitation system must produce sufficient residual voltage in order to ensure self excitation 25 All windings should be made from electrolytic grade copper of high purity 26 The alt
13. 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 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 tuhin_roy oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI3367P15 Dt 26 04 2014 Tender Fee Rs 1 000 00 Bid Security Amount Rs 74 000 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 of 01 No Truck Mounted 250 KVA Diesel Engine Driven Generating Set 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
14. for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders b Technical specifications and Quantity as per Annexure 1A c The prescribed Bid Forms for submission of bids are available in the 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 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 Page 1of5 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 gener
15. on front hinged door of Control Panel i 1 No Power amp Energy monitor showing Voltage current power KW Power factor KWH amp Maximum demand 5 elements of power showing at a glance with communication port compatible to PCs Make of Meter Siemens Sentron PAC 3200 SOCOMEC HPL Model DIRIS A 40 A41 Schneider Group Model PM700 Bar Primary Resin Cast CT of 400 5 ratio 15 VA burden class 1 conforming to IS 2705 No of CTs as per circuit requirement Make of CT AEV kappa L amp T Page 6 of 22 ii 1 No Generator Protection Relay providing protection against thermal overload over current short circuit earth fault over and under voltage over and under frequency negative phase sequence Relay type Micom P127 of AREVA Sepam Series 40 of Merlin Gerin Siprotec Compact 7SJ80 of Siemens Relay to have potential free output contacts iii Earth leakage relay with CBCT Make Merlin Gerin Legrand ELR shall be adjustable sensitivity 0 3 0A time 0 5 sec iv Contactor type Auxiliary Relay all relays with minimum 2 nos spare contacts No of relays should be as per the control circuit requirement Plug in type relays and contactors shall not be used Current rating of aux contacts shall be as per control circuit requirement Make Siemens GE v Hour meter to record running hours of the genset vi HRC instrument fuse holders phenol moulded with suitable fuses amp links for different circuit
16. sets and their accessories shall be available for a period of at least 10 years from the date of commissioning 12 0MARKING The truck mounted genset system should be clearly and permanently painted with the following information a Year of manufacture b WBS no PI 12ASFE 014 c Order no 13 0 PACKING Packing should be sufficiently robust to withstand rough handling during transit All items should have their respective identification tag and should be suitably packed to provide ease of handling storage and offer maximum protection during transit Crates and boxes should have a list secured to the exterior wherein the items contained inside should be mentioned in addition to a duplicate list inside The sling points on the crates should be properly indicated Internal parts should be sprayed with a rust inhibitor and all openings should be covered with masking tapes to prevent ingress of water Manuals packing cases containing electrical equipment should be lined with water proof material 14 0 WARRANTY GUARANTEE The warranty period for the complete set including Engine Alternator Control Panel changeover switch panel and all other accessories should be a minimum of 18 months from the date of dispatch shipment or 12 months from the date of commissioning against any defect failure and below rated performance of the unit Party will repair replace as desired by OIL all the defects items during guarantee period Th
17. single core ISI approved copper cable of minimum 50 mm2 CSA shall be used for neutral earthing The cables shall be terminated with lugs and suitably protected against mechanical damage c The ends of the earthing cables shall be crimped with heavy duty copper tubular lugs and marked with ferrules Suitable opening cut out in the enclosure base plate with rubber bush guard gasket shall be provided to facilitate the entry of outgoing power cables and earth leads d All straps cables earth electrodes 100 mm dia 3 m length with sufficient hardware and fasteners and any auxiliaries required for earthing shall be supplied by the manufacturer OIL will only arrange for the earthing pits e Earth leads and earthing jobs as per IS 3043 G DOCUMENTS 1 The following Documents drawings shall be submitted with the offer i GA drawing of the alternator control panel and changeover panel ii Indicative control and power circuit diagrams iii Indicative bill of materials of the control panel and changeover panel with catalogues iv Copy of type test certificate for the busbar rating and voltage level of the control panel from reputed government NABL approved test laboratory v Technical literature of alternator vi Confirmation that the party agrees to all the points mentioned under electrical specification of genset Any deviation from the electrical specifications of the tender will be specifically mentioned by the party with proper justification
18. submitted in bound form i GA drawing ii Detailed power amp control wiring diagram detailed enclosure drawings for control panel earthing iii Scheme layout plan of the unit showing all parts iv Details of power cables control cable and their routes v Bill of materials of all components vi Technical literature of alternator vii O amp M manual for Alternator and main components of control panel viii Catalogues of various components ix All test certificates for tests done at manufacturer s works for alternator control panel and complete unit x Tests done during commissioning x1 Guarantee certificate for alternator and control panel Guarantee shall be for 12 months after commissioning of Gen set or 18 months after supply whichever is earlier xii List of recommended spares with cat nos and description for two years H GENERAL NOTES FOR ELECTRICAL ITEMS AND WORKS 1 In case of an order the complete electrical specification of the tender shall be mentioned in the order However deviations from tender specifications if mentioned by bidder in their offer and if accepted by OIL in writing shall also be mentioned in the order 2 In the event of an order the bidder will submit all documents as per Para G 2 under DOCUMENTS for OIL s approval 3 The manufacture of the unit shall start only after written approval of the drawings documents as per Para G 2 for Documents by OIL 4 The Control Panel shall be
19. to supplying continuous power at variable load for unlimited annual hours A 10 overload is allowed for up to 1 hour in every 12 hours 2 0 DIESEL ENGINE The Diesel engine should be a four stroke multi cylinder turbocharged Natural aspirated heat exchanger radiator cooled engine rated for continuous power and capable of developing at least 290 Net Brake Horse power at 1500 rpm with a maximum compression ratio of 18 1 The engine should comprise of the following sub systems a Cooling System The cooling system of water cooled engine should comprise of an engine mounted water pump an industrial type heavy duty radiator heat exchanger suitable for operation in ambient temperature of 48 Deg C and a blower fan i Radiator Engine Mounted Heat rejected to the engine jacket water shall be discharged to the atmosphere through a close coupled radiator The radiator shall be sized to cool the engine continuously while operating at full rated load and at site conditions of Max 48 Deg C ambient iii Blower Fan The radiator cooling fan shall be a blower type driven from the engine Air shall be drawn from the engine side and exhausted through the radiator core with no more than 12 7 mm 0 5 Inch of water external restriction in addition to core restrictions iv Fan and Belt guarding The fan fan drive and fan belts shall be covered with punched steel mesh guarding for personnel protection b Air Intake System The air intake syst
20. to the load centre Make of power cables NICCO RPG CCI NECAB Havells Universal D WIRING SCHEME 1 Control voltage for generator control 240v AC Control system wiring shall be done with 1 5 sq mm flexible copper 1100v grade PVC insulated wires approved by ISI TAC FIA All wiring will have copper lugs amp terminal blocks as required Wiring for lighting circuit MCB power outlet and wiring for CT will be done with 2 5 sq mm flexible copper 1100v grade PVC insulated wires approved by ISI TAC FIA amp have copper lugs Colour code for wires shall be followed as per IS Make Finolex Havells HPL Universal or equivalent make having BIS approval ii All power and control wiring inside the enclosure shall be done at manufacturer s works Power cabling shall be done with armoured screened cables laid in metallic conduits channels wherever required Heavy duty Single Compression Cable Glands shall be provided at all cable entries for armoured cables Cables with conduit wiring shall have suitable entry clamp All cables shall be with stranded copper conductor and shall be of 1100v grade and approved by ISI iii All control cable terminal ends will have suitable heavy duty crimping lugs of tinned copper Ferrules shall be provided for identification of cables All components shall be labeled for easy identification iv Separate gland plates shall be provided for power and control cables v Separate TB shall be provided for all interconn
21. Annexure I OIL INDIA LIMITED Oo A Government of India Enterprise P O Duliajan 786602 Assam India a FAX 91 0374 2800533 E mail material oilindia in A OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal https etender srm oilindia in sap bc gui sap its bbpstart for following e tender E Tender No B C Date Material Description amp Quantity SDI3344P15 Dt 23 04 2014 SINGLE STAGE COMPOSITE BID SYSTEM 26 06 2014 ED OUEDOOR DISPLAY BOARD 02 NOS SDI3359P15 Dt 25 04 2014 30 KVA GENERATING SINGLE STAGE TWO BID SYSTEM 26 06 2014 SET 04 NOS SDI3367P15 Dt 26 04 2014 TRUCK MOUNTED 250KVA SINGLE STAGE TWO BID SYSTEM 26 06 2014 DIESEL ENGINE DRIVEN GENERATING SET 01 NO Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted_one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through
22. PS Retd Former Director General of Police E mail Id reagarwal rediffmail com 10 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Page 4 of 5 Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail isi NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd R BARMAN SR MANAGER MATERIALS ID FOR HEAD MATERIALS Page 5 of 5 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
23. QAP for Crankshaft Connecting rod Cylinder Block Cylinder Head iv CPCB norms compliance certificates v Noise level certificate of the Acoustic Enclosure vi DGMS approval certificate for Detectors Sensors of Acoustic Enclosure 9 0 INSTALLATION AND COMMISSIONING Installation and Commissioning of the generating sets control panels Acoustic Enclosure truck etc shall be carried out by the bidder in the presence of OIL representatives at its fields at Duliajan Assam India 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 and control panel should have valid electrical license A person who is authorised for supervision of all electrical works should have supervisory license Page 19 of 22 External power cable from control panel of the unit to the load center shall be provided by OIL and the party will connect the same to the genset control panel Party shall connect the earthing loops of the unit to OIL s earth system using four nos earth loops provided inside the unit Installation commissioning charges should be quoted separately which shall be considered for evaluation of the offers These charges should included amongst others to an from fares boarding lodging and other expenses of the commissioning engineers during their stay at Dulia
24. Tab Notes and i Attachments for Uploading and Statist Terms of Payment 9010 90 against despatch 10 after receipt Priced Bid files Created C Created E Last Processed C Last Processed E Details Send E Mail Call Clear Function Number Name Valid fr G The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above i RFx Response Number 60006452 RFx Number TEST2 Status Witl Submission Deadline 13 04 2013 11 00 00 INDIA RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 5 Adda Clear Assigned To Category Text Preview AEE ESS Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version GJ The table does not contain any data Note Processor The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be crea
25. al BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered as on the Bid Closing Date a Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 73 77 Lakhs 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto one week prior to the bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documen
26. and after HV tests 4 Operation of all protections For details on pre despatch inspection and testing see Section Installation and Commissioning K COMMISSIONING OF ELECTRICAL PART OF THE UNIT 1 Installation and Commissioning of the generating set control panels Auxiliary Motors if provided and their controlling switchgear shall be carried out by the supplier as per NEC ISI CEA Regulations at OIL s field area around Duliajan Assam India Services of qualified and competent personnel of supplier are essential during commissioning of the generating sets All tools instruments test kits drill machine vice hardware clamps etc required for the job shall be provided by the supplier Operational tests of all devices and their settings shall also be carried out during commissioning job by the supplier Accommodation and travel to site for supplier s all persons shall be arranged by supplier 2 All cabling and earthing jobs including supply of cables and other materials termination of cables for genset and control panel shall be done by the supplier OIL shall supply only cables from changeover switch panel to OIL s load centre PCC MCC panel and arrange for earth pits Any other item required for the job but not specified shall be supplied by party without any cost to OIL Necessary electrical interconnection drawing for wiring between genset and panel shall be submitted by party along with dispatch documents 3 All protecti
27. asurement of noise level vili Overload test ix Measurement of open circuit and short circuit characteristics The routine test of the panels will include the following minimum tests measurements i Physical checks as per approved BoM amp Operation check of all components ii HV tests iii Insulation tests before and after HV tests iv Operation of all protections d The following tests measurements shall be carried out to the satisfaction of the purchaser 1 Run the generating sets at rated output and RPM till it attains thermal stability and stable operating parameters such as Lube oil pressure and temperature Coolant temperature Exhaust temperature ii The following functions shall be demonstrated during the run test Functioning of the governor Functioning of Fail safe System of the engine All functions of the Acoustic Enclosure Note The duration of the Run Test shall be 2 two hours at the least e The documents certificates given below shall be submitted for verification by the purchaser during the inspection All such documents certificates shall be duly signed and stamped by the manufacturer s representative prior to submission to OIL i Rated BHP of the engine continuous power overload power fuel stop power of the engine ii Brake Specific fuel consumption at the rated Output 110 75 50 and 25 of rated output iii Lube oil grade and consumption at the rated output and RPM
28. ating set comprising of Engine Alternator control panel 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 7 0 DETAILS OF TRUCK UNIT 1 0 Brand New Full Forward Control truck unit as per specification terms amp conditions etc as under 1 1 Specifications Page 15 of 22 A Chassis a Drive 4 x 2 drive b Cowl Full Forward Control c Engine Min 4 cylinder Water cooled diesel engine Max Output Power Approx 90HP at rated RPM Max Output Torque Approx 275Nm at 1400 2000 rpm Emission Norms EURO III BS HI or equivalent d Wheelbase Preferably in the range 3600 4300mm e Max Permissible GVW Around 12000Kg f g Laden Weight Transmission Not more than 85 of Max Permissible GVW Minimum 5 forward amp 1 reverse h Brake Full air or Hydraulic power assisted Duel Circuit Service Brake and suitable Parking Brake i Wheels amp Tyres Front 2 Rear 4 amp Spare 1 Size minimum 8 25 X 20 j Electrical 12 V system Make amp Model of the offered chassis shall clearly be indicated in the bid B Driver s Cabin Factory built driver s cabin i e originally built fabricated in all respects
29. auge d Starting Switch e Mechanical Digital tachometer and hour meter g Ampere meter Page 2 of 22 h Engine Safety Controls Engine mounted safety shut off trip system for tripping the engine in the event of a Low lubricating oil pressure b High cooling water temperature c Engine over speed d Low amp High Battery Voltage Warning e Weak Battery Warning f Fail To Start Shutdown h Other Features 1 flexible direct coupling il viscous vibration dampener iii flywheel with housing iv lifting eyes v coupling guard guards over belt drives blower fan drive water pump drive pulley charging alternator drive pulley and timing pulley vii standard painting viii suitable hand throttle control ix mechanical hour meter x SAE standard rotation N B Provision of guards over belt drives and couplings is mandatory as per recommendations of OISD amp DGMS bodies 3 0 GENERAL NOTES ON ENGINE a The engine shall conform to ISO 3046 IS1000 BS 5514 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 1 hr within a period of 12hrs of operation b The bidder should submit the following information along with relevant performance rating curves and engine product catalogues Gross HP developed at rated RPM Deduction for fan charging alternator and other ancillary equipment
30. ble action to proceed against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 Ifthe Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to come to an agreement to their original intensions R BARMAN SR MANAGER MATERIALS IP 8 70777777 For the Principal For the Bidder Contractor Place
31. catalogue enclosed YES NO 7 Whether Test Certificates of Alternator and Control Panel will be submitted YES NO 8 Whether two sets of installation commission maintenance manual shall be submitted YES NO 9 Whether spare parts for 10 years shall be supplied YES NO 10 Whether power and wiring diagram of Alternator Control Panel submitted YES NO 11 Whether bill of materials of control panel submitted YES NO 12 Whether confirmed that control panel drawing shall be approved by OIL before manufacturing in the event of placement of order YES NO 13 Whether offered engine is rated for continuous power YES NO 14 Whether Net HP of the offered engine is as per NIT YES NO 17 Whether offered engine conforms to ISO 3046 specifications YES NO 18 Wheather offred truck along with the genset is as per NIT YES NO Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder sssssssssrrrrreseesrsenseee hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI3367P15 The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renown
32. e Wheel wrench Rear view mirrors Mud flaps Well covered battery box Toolbox Suitable storage box c Suitable Towing hook s mounting arrangement for spare wheel d Reversing Alarm Horn e A gap of approx 200 mm between the driver s cab and the Rear Gen Set Cab f First Aid Box Fire Extinguisher at suitable locations and other fittings as per MV Act g Supply of 2 Two sets of Spare Parts Catalogue Workshop amp Service Manual for the chassis along with the unit F Painting Exterior AS per standard Interior As per standard light shade Chassis amp undercarriage Rust proof painting For paining works min 1 one coat of primer and 3 three coats of paints shall be applied G Sufficient space need to provided on all four sides of the truck for maintenance of genset by maintenance crew with hand railing for crew safety with at least one mtr height 2 0 Documentation A The following documents literatures shall be submitted along with the bid a Chassis Technical Leaflet clearly indicating the Make amp Model of the chassis to support the specifications provided in the bid All specifications as desired as well as Make amp Model description of the chassis shall clearly be defined in the bid submission of Technical Leaflet alone is not sufficient b Detailed Dimensional Drawing Plan Elevation amp Side view showing driver s cabin Rear Gen Set Cab positioning of different components of generatin
33. e bid signed using other than Class 3 digital certificate will be rejected ix Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered x INTEGRITY PACT OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure V 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 The manufactured product should be strictly as per OIL s tender specifica
34. e complete generator 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 oilfield type skid wiring diagram for the control panel inclusive of float charger and wiring drawing between the alternator and control panel should be provided with each generating set All control panel diagram and schematic diagram are to be sent to us before supply of order materials 9 The bidders should provide installation diagram of the set and performance data sheet along with the quotation 10 The supplier should provide along with the set i Dynamic load ii Static load Page 20 of 22 iii Any unbalanced load B All manuals and books described above shall be contained in rigid plastic pouches and in digital form along with the genset Compulsory electrical spares and documents as per description mentioned under para 4 0 11 0 AFTER SALES SERVICE i The supplier should provide after sales service during initial commissioning and thereafter for a period of 10 ten years ii As undertaken by the supplier the equipment to be supplied are not going to be obsolete for next 10 years and provision for supplying spares related to the generating
35. e relevant warranty guarantee certificate should be submitted at the time delivery of the Engine Alternator amp Control Panel Test certificate of the Alternator should submit at time of delivery Page 21 of 22 20 INSTALLATION AND COMMISIONING 1AU Installation and Commissioning of the generating sets control panels Acoustic Enclosure truck etc shall be carried out by the bidder in the presence of OIL representatives at its fields at Duliajan Assam India 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 and control panel should have valid electrical license A person who is authorised for supervision of all electrical works should have supervisory license External power cable from control panel of the unit to the load center shall be provided by OIL and the party will connect the same to the genset control panel Party shall connect the earthing loops of the unit to OIL s earth system using four nos earth loops provided inside the unit Installation commissioning charges should be quoted separately which shall be considered for evaluation of the offers These charges should included amongst others to an from fares boarding lodging and other expenses of the commissioning engineers during their stay at Duliajan Assam India Any offer not
36. e the exhaust pipe These components must be properly sized to assure operation with minimum back pressure and high sound when installed The canopy should be finished in synthetic enamel paint incorporating rust inhibitors and aluminum sprayed silencers and spark arrestors to guarantee a superior and long lasting finish 5 There should be carefully designed inlet and outlet baffles attenuators with corresponding weather louvers and bird mesh 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 6 The temperature inside the enclosure should be suitable for human comfort The temperature of exhaust line should not exceed the self ignition temperature of fuel A high temperature trip system to shut down the engine by cutting off fuel supply to the engine through the solenoid valve with variable setting connected to a thermostatically controlled blower must be provided for eliminating excessive heat dissipated by the engine within the acoustic Page 14 of 22 enclosure Suitable continuous on line Temperature Monitoring and Control System with Alarm and Shut Down Mechanism should be provided 7 A separate Blower of suitable size should be provided and it will be in operation even if the thermostatically controlled blower stops fails 8 There should be a provis
37. e truck unit shall be under guarantee warranty by the bidder for a minimum period of 1 one year from the date of successful commissioning of the complete unit at site 4 0 Bid must meet the following specifications Factory built Driver s Cabin a Full Forward Control Cowl b Twin wheel rear axle c Emission norms EURO III BS II Emission or equivalent d GVW not less than 11000Kg e No extension of rear overhang ROH to accommodate the Gen Set Cabin f Chassis meant for truck use only not for bus or any other use 8 0 INSPECTION AND TESTING a The plant and materials may be subjected for inspection during manufacture at the purchaser s discretion but such inspection shall not relieve the supplier of his responsibility to ensure that the equipment supplied is free from all manufacturing and other defects and conform to correct specifications The supplier will be notified in advance if it is intended to inspect plant or material The inspection and witness testing shall be at no extra cost to OIL The bidder shall make their offer with this in view b OIL shall carry out single stage pre dispatch inspection of complete generating set in unitized condition i e coupled with alternator and control panel at along with truck one place only as arranged by supplier No separate inspection for the Engine alternator control panel and Acoustic Enclosure at respective manufacturer s works shall be done Full load testing of the ge
38. ection cables between control panel and engine viii All auxiliary and main contactors shall be mounted on DIN channel Plug in relays shall not be used E ENCLOSURE ILLUMINATION AND ELECTRICALS a A separate circuit shall be provided for illumination of the acoustic enclosure Minimum 3 three nos wall mounted bulkhead type light fittings with BC holder type CFL lamps shall be fitted inside the enclosure The light fittings shall have cover for lamp protection These light fittings shall be wired with heavy duty PVC insulated PVC sheathed armoured 3x4 sq mm stranded copper cables through proper glands Lights will be switched from one MCB 6amp C curve mounted on control panel cover amp have back up HRC fuse and neutral link of 6 amp rating b One no industrial type metallic plug socket of 20 Amp rating with 10 Amp SP MCB for switching shall be provided which shall be mounted on the side of the enclosure and fed from the lighting circuit c Power supply to the heavy duty blower exhaust fan thermostatically controlled in the enclosure and manually controlled exhaust fan if separately provided shall be provided with necessary cabling and glanding separate on off switches and isolation devices Cabling shall be as per lighting circuit described Page 9 of 22 above Blower exhaust Fan control shall be such that fan starts automatically through suitable starter and protection whenever the genset is running
39. ed international Non Governmental Organisation Transparency International TI Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 Ifthe Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard
40. em should comprise of a heavy duty engine air cleaner Complied Not FE Complied SL No Item Description Remarks if any 10 ITEM NO 10 Page 1 of 22 mounted on the engine with a vacuum indicator and air intake manifold with dry element requiring replacement no more frequently than 500 hours or once each year c Electric Starting System The engine should have an electric starting system comprising of a Maintenance Free Heavy Duty Battery pack of reputed make having a minimum capacity 180 ampere hours with a alternator mounted on the engine for a battery charging anda 24 Volt starter preferably of LUCAS TVS DELCO REMY make starter relay and automatic reset circuit breaker to protect against butt engagement Batteries shall be maintenance free lead acid type mounted near the alternator Batteries should be housed in a hard rubber or polypropylene case with provision for venting Required cables should be furnished and sized to satisfy circuit requirements d Fuel System The fuel system should comprise of fuel pump with Governor fuel pump fuel injectors 12 volt DC solenoid coil Replaceable fuel filter Diesel tank of minimum 200 litres capacity tank fabricated from 14SWG sheet metal built and same would be integrated in the base of the Gen set inside acoustic enclosure complete with drain valve air vent and inlet and outlet connection The fuel tank shall be suitable for minimum 8 hours continuous running of DG
41. equency From Generator Protection relay iii Engine fault Low lube oil high water temp over speed Trip signal from engine protection system iv Fuel gas leakage from acoustic enclosure gas detection system c One set of TP amp N electrolytic grade high conductivity electro tinned copper bus bars made from rectangular sections conforming to IS rated 800 amps Free air rating of sections and supported at required intervals to withstand short circuit fault levels up to 50 KA for 1 Sec Rating of neutral bus shall be minimum 50 of phase bus rating Bus bar support shall be non hygroscope GRP FRP and the Bus bar shall be insulated with heat shrinkable PVC sleeves Incoming and outgoing power cables shall terminate on electrolytic grade high conductivity electro tinned copper links liberally sized for termination of all power cables Neutral bar shall also have provision for connection of neutral earth cables Power cable from alternator terminal box to control panel input shall be supplied and connected by the manufacturer supplier The power cables shall be 240 sq mm cross sectional area PVC insulated PVC sheathed Screened Armoured cable with copper conductor Multi core or single core cables can be used Exposed portions of the cable runs on the floor outside the panel enclosures shall be further protected with covered steel cable ducts or steel rigid conduits d PROTECTIVE AND METERING DEVICES AND INDICATING LAMPS Mounted
42. ernator shaft shall be supported on rolling element bearings at NDE 27 Voltage swing Transient response As per IS 13364 Part 2 28 The alternator should be capable of sustaining a 10 over load for one hour in any 12 hours operation 29 Total voltage harmonic distortion should be less than 3 between phases at no load 30 The alternator should be capable of withstanding 1 2 times the rated speed for two minutes without any damage Page 4 of 22 31 Alternator stator winding terminals are to be connected to 4 nos of suitably rated tinned copper terminals supported on SMC GRP supports inside the alternator terminal box 32 The alternator terminal box should be of suitable size and should be suitable for terminating power cables of alternator 33 2 nos of earth points are to be provided on both sides of the alternator 35 Lifting hooks are to be provided for lifting the alternator 36 Automatic voltage regulator should be mounted with approved rubber bushes under AVR mounting holes to reduce vibration AVR shall be suitable for motor loads VG3 regulation 38 Alternator windings and AVR should be suitable for humid atmosphere as per ambient conditions mentioned in the enquiry 39 Bidder to mention submit the following information in offer i Unbalanced current carrying capacity ii Efficiency of the alternator at 25 50 75 and 100 load iii Power factor of the alternator at 25 50 75 and 100 load iv
43. g set overhang seating arrangement etc c A list indicating weight of all major components units of the generating set Approx weight of the Rear Gen Cab shall also be indicated in the list B The following documents literatures shall be submitted along with the supply a Temporary Registration Insurance Road Tax Sale Letter Engine Emission Certificate etc in Form 21 amp 22 A as per MV Act for onward registration of the unit in the name of M s OIL INDIA LIMITED Duliajan Care should be taken at the time of procurement of the chassis to avoid any confusion in getting temporary registration of the unit b Notwithstanding any clause mentioned elsewhere in the NIT Tender the Invoice for the complete unit shall be submitted in 2 two parts separately as under i Invoice for truck chassis and cabins it shall include the cost of the truck chassis with Driver s Cabin only The truck chassis should be purchased in favor of OIL INDIA LTD amp invoice should be obtained accordingly from vendor ii Invoice for Generating Set amp its components it shall include cost of all equipments components of the generating set mounted on the truck as well as Page 17 of 22 supplied separately if any as part of the complete offer c 2 Two sets of Spare Parts Catalogue Workshop amp Service Manual for chassis 3 0 Warranty Guarantee Notwithstanding any Guarantee Warranty clause s mentioned elsewhere in the NIT th
44. ges equivalent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous transgression The Bidder declares that no previous transgression occurred inthe last 3 years with any other Company in any country conforming to the Tl approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors The Bidder Contractor undertakes to demand form all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing Page 3 of 5 2 The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors
45. he priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway BID SECURITY The bid must be accompanied by Bid Security of Rs 74 000 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security shall be submitted manually in sealed envelope superscribed 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 Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto 26 04 2015 iii PERFORMANCE BANK GUARANTEE Successful bidder will be required to furnish a Performance Security 10 of the order value The Performance Security must be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier B
46. idder 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 For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders iv The Bank Guarantee should be allowed to be encashed at all branches within India v Validity of the bid shall be minimum 120 days from the Bid Closing Date vi The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive Page 2 of 3 and rejected vii Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered viii All the Bids must be Digitally Signed using Class 3 digital certificate 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 Th
47. ided by the Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted electronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the
48. ion of emergency shut down of the generating set Prime Mover from outside the enclosure 9 The enclosure should be complete with power and control wiring between control panel and alternator and other components like changeover switch panel blowers etc with proper size copper cable The cables should be terminated using gland and tinned copper sweating sockets and run through guard pipe 10 The enclosure should have the sufficient space in and around the generating set to facilitate maintenance and operation of the set 11 Acoustic Enclosures base frame should incorporate necessary facilities for handling and inter location transfer through oil field trucks and its overall dimension should not exceed 9M x 2 5 M x 2 5M Length x Width x Height 12 All the terminal boxes Junction boxes etc the battery and self starter connection terminals and its components should be housed inside DGMS approved intrinsically safe enclosure 13 A panel viewing window should be provided to facilitate visual monitoring of the equipment from outside NOTE A Bidders should submit layout drawing of the acoustic enclosure indicating positions of engine alternator control panel etc along with the wiring diagram of the package and will have to be approved by OIL before execution of the order B Enclosure design should be such that for any major maintenance activities the enclosures from any side can be easily dismantled and re erected C Gener
49. jan Assam India Any offer not quoting the installation commissioning and Inspection testing charges shall be loaded with a maximum charges for the same received against the tender for the evaluation purposes The genset will be treated as successfully commissioned from electrical side after successful load test of the unit at OIL s field site with available load for 72 hrs and submission of all documents as per Para H 3 of Documents and all spares as per para H of electrical specifications Installation and Commissioning of generating set and other electrical items as per details mentioned under these items and as mentioned in item Sl No 2 of the Tender Installation and Commissioning 10 0 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 0PERATING 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 chrt 4 ROUTINE TEST PROCEDURES for all electronic and electrical circuits and for the main AC generator 5 TROUBLESHOOTING CHART covering th
50. lso submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 7 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 8 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 9 0 a The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under i SHRI N GOPLASWAMI I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL I
51. nerating sets for output and performance shall be carried out for at least 2 two hrs during the inspection in presence of OIL s representatives appointed for the purpose and to their satisfaction The vendor shall ensure availability of all requirements for testing the output of the generating set to its full capacity Any modification s recommended during inspection to comply with order specifications shall be carried out by the supplier at no additional cost to OIL c Dispatch clearance for generating set shall be given on successful load testing of the complete generating set during single stage inspection by OIL s representative and satisfactory submission of routine test certificates of alternator and control panel to OIL All the routine tests on alternator and control panel shall be witnessed by supplier s manufacturer s representative and routine test certificates shall be duly signed and stamped by the manufacturer supplier prior to submission to OIL The routine test of the alternator will include the following minimum tests measurements i Measurement of winding resistances for generator armature field exciter armature and exciter field Page 18 of 22 ii Measurement of insulation resistance before and after HV tests for generator armature and field exciter armature and field iii High voltage HV test iv Phase sequence test v Voltage regulation test vi Vibration measurement vii Me
52. oject documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings 5 As soonas the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no right to demand from the parties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations Page 4 of 5 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visi
53. para G of electrical specifications I SPARES Following spares per genset shall be supplied by the party along with package of Gen sets mentioned in the tender The cost of these spares shall suitably be adjusted with the individual genset cost 1 AVR Unit for Alternator One no 2 Rotating rectifier assembly fitted with complete set of forward and reverse diodes One set 3 630 Amp MCCB with door mounted operating handle as fitted in control panel One no 4 Changeover switch unit without enclosure One no 5 Bearings One no set as per offered set if two bearing genset is offered one DE One NDE J TESTING AND INSPECTION FOR ALTERNATOR AND CONTROL PANEL The routine test of the alternator will include the following minimum tests measurements 1 Measurement of winding resistances for generator armature field exciter armature and exciter field 2 Measurement of insulation resistance before and after HV tests for generator armature and field exciter armature and field 3 High voltage HV test 4 Phase sequence test 5 Voltage regulation test 6 Vibration measurement 7 Measurement of noise level 8 Overload test 9 Measurement of open circuit and short circuit characteristics The routine test of the panels will include the following minimum tests measurements Page 12 of 22 1 Physical checks amp Operation check of all components 2 HV tests 3 Insulation tests before
54. ply installation commissioning and testing of diesel Engine driven Generating sets of capacity 125 kva or above for offered Genset along with the Control Panels and accessories in PSUs Central Govt or any other reputed Public Limited Company Documentary evidence in this regard must be provided along with the bid c The alternator must be Brush Less type having a proven track record for continuous duty d Bidder should be an OEM or authorized dealer of OEM for the engine alternator the complete generating set or An OEM approved assembler of generating sets e If the bidder is an OEM of engine or their authorized dealer then they must purchase the Alternator from OEM of Alternator or their authorized dealer and vice versa and necessary documentary certificate from the OEM must be submitted along with the bid f If the bidder is an OEM approved assembler of Generating sets they must purchase the engine and the Alternator from OEM or their authorized dealers Documentary evidence in Page 1 of 3 this regard must be enclosed with the bid B Commercial i ii Bids are invited under Single Stage Two Bid System 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 t
55. pper bus bars of rectangular section connected at all the twelve switch terminals and brought out and supported on suitable FRP DMC supports near the bottom cable entry plate The current rating of copper bus sections shall be 800amp rating of unassembled sections in air Bus bars shall be PVC insulated Sufficient space shall be available inside the panel for bottom entry and safe termination of 3 sets two incoming main and standby supply and one outgoing of heavy duty armoured PVC insulated PVC sheathed 1100 V grade IS approved stranded copper conductor cable Connection links shall be provided with the changeover switch for proper termination of all power cables Power cable from control panel to COS shall be supplied and connected by the manufacturer supplier Sufficient space and arrangement shall also be provided in COS enclosure for entry and termination of outgoing main power cable The power cables shall be minimum 240 sq mm cross sectional area PVC insulated PVC sheathed Screened Armoured cable with copper conductor Multi core or single core cables can be used Exposed portions of the cable runs on the floor outside the panel enclosures shall be further protected with covered steel cable ducts or steel rigid conduits Make of changeover switch HPL Socomec GE Siemens OTHERS i Engine battery charger battery voltmeter ammeter charging indicator etc are to be provided preferably in the changeover switch panel ii A
56. quoting the installation commissioning and Inspection testing charges shall be loaded with a maximum charges for the same received against the tender for the evaluation purposes The genset will be treated as successfully commissioned from all side after successful load test of the unit at OIL s field site with available load for 72 hrs Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 22 of 22 DATA SHEET DATA SHEET ENGINE MAKE MODEL NUMBER OF CYLINDERS ASPIRATION DISPLACEMENT BORE X STROKE LENGTH X WIDTH X HEIGHT RATED SPEED GROSS HP AT RATED RPM DEDUCTION FOR FAN ALTITUDE TEMPR NET HP AVAILABLE AT RATED RPM SPECIFIC FUEL CONSUMPTION AT 110 LOAD 100 LOAD 75 LOAD 50 LOAD 13 LUBRICATING OIL CONSUMPTION LT HR 14 MAKE AND TYPE OF GOVERNOR 15 ACCURACY CLASS 16 SPEED DROOP 17 SPEED RANGE NGTH X WIDTH X HEIGHT DRY WEIGHT DATA SHEET OF 250 KVA BRUSH LESS ALTERNATOR OANINNBWNH Make Rated output Rated voltage Phase Type Frequency rated cycle Rated power factor No of poles Class of insulation RPM Phase sequence Conform to IS Rating connection Ambient temperature Alternator Internal Protection enclosure Alternator Terminal Box Protection Amplitude of vibration at no load Excitation system Mounting Permis
57. re having the following salient features 1 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 repairing jobs and reinstalling the same after necessary corrective action 2 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 roof shall aid in the runoff of water and include a drip edge 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 seven tank pretreated before powder coating with special pure polyester based powder 3 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 The silencer must be such that sound level is 75 dbA at 1 meter from the enclosure surface 4 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 A rain cap will be supplied to terminat
58. rm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format OT __ Confirm that the Bid comply with allthe terms condiions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Bank Name Branch Complete Address of your Bank IFSC Code of your Bank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted
59. rs on both sides bottom detachable gland plates 3 mm thick The panel doors should have neoprene rubber gasket The panel should be designed and manufactured as per IS 8623 The panel enclosure will be as per IP54 except for the open part of cooling louvers at bottom and top of the panel sides Suitable wire mesh should be Page 7 of 22 provided on the inner side of the louvers to prevent entry of insects The metal surface of the panel should be given minimum seven tanks anti corrosion treatment and then powder coated in DA grey colour Min 50 micron thick paint The frame should be able to withstand the stress and vibration during transportation and operation All cable entry shall be from bottom side Separate removable gland plates shall be provided for all cables Two nos earth points with welded studs of 10 mm dia for connecting 25x6 mm GI straps and complete with suitably sized zinc passivated hardware with heavy plain and spring washers shall be provided outside the enclosure for earthing b One no four pole on load changeover type switch open execution type rated for 415 V 630 amps AC 23A duty shall be provided inside the panel The switch shall conform to IS 13947 IEC 947 The changeover switch shall provide the means for changing over from main supply to standby supply to the load centre The operating handle shall be fixed on the front door for operation from outside The switch assembly shall have tinned co
60. rtation and operation All cable entry shall be from bottom side Separate removable gland plates shall be provided for all cables The panel shall be provided with double earthing straps of 50x6 mm GI on two sides at the bottom complete with suitably sized zinc passivated hardware with heavy plain and spring washers for connection to enclosure earth buses The detail description of the panel is as described below Page 5 of 22 MAIN COMPONENTS Mounted Inside the Control Panel a One no 415V 630 A rated Combination fuse switch unit CMM type of GE make fitted with 400 A HRC fuses as isolator b One MCCB as main circuit breaker downstream of the fuse switch unit The MCCB shall be 415v 630 Amps rated 4 pole 50 KA breaking capacity with inbuilt microprocessor based adjustable overload amp short circuit earth fault protection and under voltage trip coil Front door mounted rotary operating handle with door interlocking facility shall be provided on the panel door for manual operation of MCCB The MCCB shall have motorized spring charging mechanism MCCB shall have suitable indication in case of trip from trip unit of MCCB Make Merlin Gerin Legrand Siemens The MCCB should trip on the following faults 1 Over load short circuit and earth fault earth leakage Tripping from generator protection relay CBCT earth leakage unit and internal trip unit of MCCB ii Overvoltage undervoltage Overfrequency Underfr
61. s Separate fuses and neutral links should be provided for control circuit indicating system lamps instruments enclosure illumination and tripping circuit Make GE vii The control panel should have indication lamps or annunciator window mounted on panel front door for following faults and indications All lamps shall be of LED type mounted in front of the panel shall have long life and low energy consumption Make LED Binay L amp T Siemens annunciator Minilec or reputed a Low Engine Speed From frequency relay b Engine fault overspeed low lube pr high water temp overcrank c Three nos Red Yellow Blue for Incoming Supply d Set on load e Electrical fault From aux contact of trip unit of MCCB for overcurrent earth fault over undervoltage over underfrequency f Trip circuit indication lamp healthy viii Push button momentary contact for the following shall be provided in the panel a Alarm accept b Alarm reset c Engine start d Engine stop e Lamp test viii Hooter for engine fault shall be provided in the control panel C CHANGEOVER SWITCH PANEL ON LOAD CHANGEOVER SPECIFICATION a Sheet steel clad self supporting floor mounting cubicle type dust and vermin proof changeover switch panel made of 2 mm thick MS CRCA sheet and built upon rigid framework of channels and beams as required having front hinged doors with danger plate fitted on both sides lifting lugs on top ventilation louve
62. sible voltage variation Permissible frequency variation Frame size Motor starting ability Unbalanced current carrying capacity Short circuit current withstand capacity Over load capability Over speed capability Over voltage capability Range of over voltage Automatic voltage regulation from no load and power factor Short circuit capability Harmonic distortion factor Alternator vibration pad required Terminal box specification No of earth studs No of lifting hooks AVR will be mounted in control panel Efficiency of the alternator Power factor of the alternator Motor starting capability TECHNICAL CHECKLIST The following check list must be completed and returned with the offer Please ensure that all these points are covered in your offer These will ensure that your offer is properly evaluated Please tick mark Yes or No to the following question in the right hand column 1 Whether quoted as OEM of engine and whether documentary evidences submitted YES NO 2 Whether quoted as OEM of Alternator and whether documentary evidences submitted YES NO 3 Whether quoted as authorized dealer of OEM Engine Alternator and whether documentary evidences submitted YES NO 4 Whether quoted as Assembler YES NO 5 Whether separately highlighted and deviation from the technical specification YES NO 6 Whether detail specifications of Alternator with manufacture s technical literature
63. ted Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File Page 3 of 5 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 5 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 6 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are a
64. the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Page 1 of 5 2 Section 2 Commitments of the Bidder Contractor The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe the following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Contractor will not enter with other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document prov
65. tion 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 Priced bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the priced bid NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI3367P15 DT 26 04 2014 ANNEXURE IA TRUCK MOUNTED 250 KVA DIESEL ENGINE _ DRIVEN GENERATING SET QTY 01 NOS DETAILED TECHNICAL SPECIFICATIONS SPECIAL NOTES AND OTHER TERMS AND CONDITIONS FOR SILENT TRUCK MOUNTED 250 KVA DIESEL ENGINE DRIVEN GENERATING SET 1 0 SCOPE OF SUPPLY The scope of supply by the bidder shall be truck mounted 1 one no 250kKVA 415 Volts 3 Phase 50 Hz Industrial type Diesel Engine driven Generating set confirming to BS 5514 with all accessories and associated items as mentioned in the tender and housed in an acoustic enclosure Generating set control panel and changeover switch panel The generating sets shall be the used as secondary source of power for the application The rating applies
66. 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
67. ts before the last date of sale of tender document mentioned in the tender 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response 3 2 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions Page 2 of 5 3 3 A screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid Technical RFx ss vq RFx Response Number 60006452 RFx Number TEST2 Status d RFx Owner WIPRO TEST1 Total Value 0 00 INR RFx as Vv Ota Print Preview Event Parameters Service and Delive Currency Indian Rupee Incoter Detailed Price Information Price with Condi Go to this
68. udio visual alarm system for fuel gas leakage inside the acoustic enclosure shall also be provided preferably in the changeover switch panel with necessary indication and hooter ii Provision of exhaust fan power supply shall be required if the exhaust fan is fitted inside the acoustic enclosure iii Power supply arrangement with switching and protection shall also be provided by the supplier manufacturer for any auxiliary motor if installed for genset operation These may be provided inside the enclosure or outside of it with suitable mounting arrangement All materials for such switchgear shall be supplied by the supplier manufacturer along with the supply of the genset The same shall be commissioned at site by the supplier iv Control panel and changeover switch panel shall preferably be manufactured by the Genset Manufacturer v Engine protection control scheme will be powered from Starter Battery Page 8 of 22 supply All the protection switches low speed overspeed low lube pr high water temp overcrank of engine will actuate separate control relay relays relay powered from battery supply Engine protection system shall be mounted on a separate panel near the engine and wired with control panel to trip the MCCB in case of an engine fault vi All control and power cables and earthing cables straps shall be supplied by the manufacturer OIL will only supply the cable required for tapping the power from the genset
69. ve devices shall be tested for proper operation and setting shall be done during commissioning by the commissioning personnel of party All working persons of party shall possess valid electrical license issued by licensing board Assam 4 The Genset will be treated as successfully commissioned from electrical side after successful load test reliability run of the unit at OIL s field site with available load for 72 hrs continuous running without any breakdown and submission of all documents as per Para G 3 of Documents and all spares as per para G above L GUARANTEE Generator and control panel shall be guaranteed for 12 months after commissioning of Gen set or 18 months after supply whichever is earlier 5 0 OTHER ITEMS FOLLOWING ITEMS SHALL BE SUPPLIED BY THE PARTY ALONG WITH GENSET THESE ITEMS SHALL BE INSTALLED AND COMMISSIONED BY THE PARTY AT MENTIONED IN THE ITEM DESCRIPTION AND AS MENTIONED UNDER ITEM SL NO 9 0 INSTALLATION AND COMMISSIONING OF THE TENDER A MISCELLANEOUS ITEMS MISCELLANEOUS ITEMS Diesel filling pump One no hand operated Page 13 of 22 diesel filling pump needs to be fitted on the platform nearby genset to fill diesel from ground level 6 0 ACOUSTIC ENCLOSURE The salient features of the acoustic enclosure shall be as follows The generating set comprising of engine coupled with alternator control panel changeover switch panel should be placed inside an acoustic enclosu

Download Pdf Manuals

image

Related Search

Related Contents

Guide d`utilisation Fr 3 User`s guide Gb 19 Manual de instrucciones  Avaya 4145Ex User Guide  Oleveon(10025862)III 13  Cables Direct Cat5e, 10m  PRESTIGE 500  Banner Budget Transfer Process Manual  MAGGIE - MCZ GROUP SpA  IoC - View  Pyramidal Horn Antenna - ETS  

Copyright © All rights reserved.
Failed to retrieve file