Home

SDI4617P15 - Oil India Limited

image

Contents

1. All control circuits for motors located in hazardous areas to be of intrinsically safe type Type ex i b OTHER FEATURES OF THE MCC 1 All the starters for AC motors except LMSS LMMC BOP Bug blower amp centrifuge irrespective of rating are to be housed in the MCC panel of power control room and only push button stations with ON OFF controls shall be located near respective equipment All motors and push button stations will be directly connected to the power control room through individual cables and plug sockets Various auxiliary motor drives third party equipment mounted inside the PCR ACPCR interior lighting and air conditioning system shall be supplied from the MCC panel through switchgear ii Circuits used for ON OFF control of motors located in hazardous areas shall be intrinsically safe type Ex i iii All the components including MCC bus should be approachable from the front Supplier shall study the total requirement with the space available and shall submit options of panel arrangement for OIL s approval Starters shall normally be provided with individual cubicle however 2 3 Feeders motor starters of 3HP and below can be combined in one cubicle iv The AC busbars shall be adequately rated A voltmeter and bus bar live indicator lamp Page 7 of 20 shall be provided to indicate the bus status Busbars shall be accessible for maintenance AC bus bars shall be insulated properly Busbars shall be loca
2. Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation 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 1 of 5 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 sh
3. 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 created 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 of
4. x1 Integrity Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly Page 3 of 4 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 i The manufactured product should be strictly as per OIL s tender specification B COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidde
5. 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 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 E 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 E 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
6. at site in Assam India Commissioning shall be done by bidder s own personnel and not outsourced to other parties B COMMERCIAL i Bids are invited under Single Stage Two Bid System Bidders have to submit both the Techno commercial 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 Techno commercial Unpriced bid is to be submitted as per scope of works and Technical specification of the tender and the priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway ii Bid security The bid must be accompanied by Bid Security of Rs 10 20 000 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 exemp
7. 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 IPS 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 11 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected m OOOO 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 MATERIALAS ID DEPUTY MANAGER MATERIALS IP FOR HEAD MATERIALS Page 5 of 5 Annexure CCC BID REJECTION CRITERIA BRC
8. be provided The layout of the various components Transformers MCC Other equipment shall be such that the weight is balanced with the CG near the centre of the PCR Doors Two 2 doors with anti panic hardware will be furnished one near each end and on opposite sides of the house Both doors shall be designed to open to the outside by pushing on the crash bar Doors should have a rubber sealing lining One viewing port hole should be provided in each door Rubber Floor Mat A rubber neoprene mat with electrical insulation properties insulated for at least 1000 Volts should be provided over the full floor area of the house d PANEL LINE UP Panel line up can be provided in centre or wall attached on both sides with centre corridor Supplier can offer their standard panel line up arrangement in the PCR The panel line up should be such that the PCR is load balanced for easy lifting with CG in the centre All components of the panels including Bus bars shall be easily accessible for maintenance and repair A minimum distance of 1 metre shall be kept in front of all panels e AIR CONDITIONING The interior space of the AC PCRs shall be air conditioned The air conditioners shall be preferably package type 2 units each of 2 TR minimum Total capacity 4 TR minimum with air outlets to cover the whole volume of the PCR interior The AC system shall work on 415VAC 3 Phase supply without the requirement of a neutral The AC unit shall ci
9. feeders as given in 10 AC PCR MCC starter feeder list below are to be incorporated in the ACPCR MCC All motors shall be started from MCC located inside PCRs only No starter panel shall be located near the motors There should be provision for lock out of individual starters and feeders to prevent accidental closing of circuit during maintenance or repair work All starters below 55 kW 75HP should be DOL type Starters above this 75 HP and above shall be provided with a soft starter with suitable contactor arrangement One Soft starter shall start a group of four motors A Clear space of at least 1 metre shall be provided in front of MCC Panels as per CEA Regulation 37 iii a Control circuits Push buttons for motors located in hazardous areas shall be powered by intrinsically safe circuits BROAD SPECIFICATIONS OF THE MCC Bus voltage 415 Volts AC 3 Phase 3 Wire NEUTRAL NOT SERVED 50 Hz Bus current nominal 4000 Amps indicative Bus material Copper bars insulated All wires cables and connectors to be of copper conductors only Soft Starters for motors over 55 kW 75 HP Spare cubicles As per list given in 10 AC PCR MCC starter feeder list below Cubicle type Panel type non draw out Bus Fault Level suitably rated Provision for lock out of all individual starters and feeders for maintenance work All individual starters feeders in the MCC shall be cubicle type and not Draw out type
10. of M8 size shall be provided on each side of the AC PCR for grounding b STAGE amp PRE DESPATCH INSPECTION As stated in Para 6d above Oil India s Engineers shall inspect the AC PCR Shell at various stages of manufacture to ensure job quality and adherence to specifications A final Pre despatch inspection shall be conducted by OIL or its representative at manufacturer s works The AC PCRs shall be dispatched from works only after receipt of such instruction for each AC PCR from Oil India c DETAILED ENGINEERING STAGE This is the period between award of Purchase order and the start of manufacture is referred to as the Detailed Engineering Stage Successful bidder shall provide OIL with all required drawings and get them approved before manufacture All engineering details not covered in these specifications or specifications requiring modifications shall be worked out mutually during this pre manufacturing stage d TESTING AT MANUFACTURER S WORKS Successful Bidder shall have to test the PCR at Manufacturer s works and provide the following certificates to Oil India before despatch Factory Acceptance Test Certificate Manufacturer s Quality Assurance Plan and Certificate of adherence to this plan Welding NDT Report for all welds at important points of the AC PCR body Bidder to take note that the despatch clearance would not be given if the above certificates are Page 17 of 20 not produced duly signed and auth
11. power transformers in each PCR i Two Main Transformers each rated 600 kVA for MCC supply with matched impedance for parallel operation for MCC supply ii Two Lighting transformers 60 kVA each for lights in hazardous areas capable of parallel operation iii One isolation transformer 100 kVA for camp site power amp general lighting All the transformers shall be electrically protected through suitably rated MCCBs in the primary and secondary sides All live parts of the transformers not insulated shall be protected adequately against accidental contact by persons working nearby Transformers shall be placed at suitable positions taking into consideration working space socket board positions equal distribution of weight of the PCR etc b Main Transformers for MCC supply Qty 2 Dry type copper wound air cooled to power the main bus of the MCC to meet the auxiliary motor other load requirement as described in Section 10 below The two transformers shall operate in parallel The Main transformer incomers shall be in the DC PCR and there shall be provision in the socket board for accepting these connections Broad Specification as under Quantity 2 Two Capacity 2 x 600 kVA minimum continuous rating Voltage 600 415 volts Vector Group Dyn11 Star connected secondary neutral available at terminal box Frequency 50 Hz Phases 3 phase Impedance 5 for connection Ambient temperature 55 Deg C Temperatu
12. provided and the Words Oil India Limited A Government of India Undertaking AC PCR Rig the Purchase Order Number Dimensions and weight of the AC PCR Manufacturer s Name and any Lifting Instructions g SAFETY CONSIDERATIONS INSIDE THE PCR Appropriate warning labels and safety provisions shall be made in the PCR to caution the operating and maintenance personnel against potential hazards and to prevent direct human contact to any live part or rotating part during operation 12 WARRANTEE GUARANTEE Bidder should confirm in their bid that they will provide warranty guarantee for a period of 1 year 12 months from date of successful commissioning of each AC PCR at site This guarantee shall cover all items of the PCR package including but not limited to the skid housing all the internal components and any spares supplied Any repairs replacements required during this Warrantee period shall be carried out by the successful bidder on site at no cost to Oil India Repairs replacements shall normally be carried out at site by the supplier However in serious problems the AC PCRs may need to be returned to factory for major repairs If the AC PCR needs to be returned to the factory for repairs due to manufacturing or design problems all transportation and repair charges shall be to supplier s account 13 SPARE PARTS a COMMISSIONING SPARES Page 18 of 20 Successful bidder should arrange for all s
13. relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard 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 im
14. specified herein under are indicative Transformers 2 x 600 kVA Main Trainsformer 600 415VAC BHEL CG BB Siemens Transformers 2 x 60 kVA Lighting Transformer 415 240 VAC BHEL CG BB Siemens Transformer 1 x 100 kVA Isolation Transformer 415 415 VAC BHEL CG BB Siemens Plug Sockets Appleton BCH Pyle National NGR Monitor Bender I Gard MCC Electrical Items All items to be of same make Schneider Siemens L amp T Soft Starters ABB Siemens Air Conditioner Voltas Hitachi Daiken Carrier Mitsubishi Internal Cabling Single core Havells Finolex 9 STANDARDS Latest versions of the following Indian International Standards shall be followed where ever applicable Rubber Mats IS 15652 2006 Insulating Mats for Electrical Purposes Specification Flexible Cables IS 694 1990 PVC insulated cables for working voltages up to and including 1100 volts specification Caution Signs notices IS 2551 Circuit Breakers IS IEC 60947 2 Dry Type Transformers IS 11171 Earthing IS 3043 1987 Code of practice for earthing IS Indian Stadard IEC International Electrotechnical Comission Page 14 of 20 10 ACPCR MCC STARTERS FEEDERS The following are the total list of motor starters feeders to be incorporated in the MCC of each AC PCR The successful bidder should have this list re confirmed by Oil India during the detailed engineering stage so that any add
15. starter feeder list below h INTERNAL CABLING All internal wiring of the MCC starter panels shall be done with 1 1 KV grade fire retardant PVC insulated tinned copper multi stranded single core flexible cables with proper lugs i TYPE OF EARTHING IT system of neutral grounding with maximum ground fault current limited to 750 mA using suitable NGR as per CEA Measures Relating to Safety and Electric Supply Regulations 2010 is to be used All breakers MCCBs shall be suitable for IT system as per IEC 947 2 The neutral shall not be served and supply from the main MCC bus shall be 3 Phase amp 3 Wire Main Transformers 2 x 600 kVA output shall be provided with Residual Current Monitors RCM for indication alarm Scheme Type Make and Model of RCM shall be approved by OIL j NGR SYSTEM A NGR system shall be installed in the 415VAC Secondary output from the main transformers The neutral point of the transformers shall be earthed through a Neutral Grounding resistance The entire system shall conform to CEA Measures relating to safety and Electricity Supply Regulations 2010 Rule 100 The NGR system shall have the following features Maximum earth fault current limited to 750 mA Restricted earth leakage protection at 2x600 kVA transformers star connected secondary NGR shall be provided with a Permanent Insulation Monitor PIM and NGR monitoring device of reputed make Bender RC48N or equivalent with audio alarm in t
16. the AC PCR at site shall be arranged by the successful bidder Oil India shall provide 415 VAC 3 phase power and transportation to and from Duliajan to drill site only b RECEIPT OF MATERIALS DESPATCHED FROM MANUFACTURER S WORKS The supplier should physically verify upon receipt all equipment and materials including commissioning spares etc after delivery at OIL s premises The supplier should carry out inspection of all the supplied items to ascertain and certify that there all dispatched items have reached site there is no transit damage and items are complete in all respects and ready for installation In case of any discrepancy supplier shall take necessary action for immediate replacement replenishment of the same before installation c A GUIDE FOR INSTALLATION AND COMMISSIONING ACTIVITIES EXPECTED i Installation wiring and laying out of equipment On arrival of equipment and materials commissioning spares etc at OIL s premises the supplier should carry out inspection of the supplied items to ascertain and certify that there is no transit damage and items are complete in all respect and ready for installation In case of any discrepancy supplier shall take necessary action for immediate replacement replenishment of the same before installation Page 13 of 20 After receipt the equipment shall be installed at site This will include wiring cabling fitting of plugs and sockets and any other activity requi
17. withstand 3 kV rms or better Standard Indian standard IS 11171 Operation The two transformers shall operate in parallel Primary and secondary side terminations 1 One no of 3 core 35 mm2 cable for 415V side and one no 3 core 35 mm2 cable for 240V side per transformer 2 Stand off copper termination termination using copper flats shall be provided All cable lugs shall be terminated using removable nut and bolts The lighting transformer secondary shall be connected to a suitable lighting distribution board located on the MCC d Isolation Transformer Qty 1 Isolation transformer 100 kVA dry type with the same specification as the lighting transformers except the following Quantity 1 one transformer Capacity 100 kVA continuous rating Voltage 415 415 volts Dyn11 neutral available for connection The isolation transformer shall be used to supply the non hazardous general rig area lighting crew camp supply and auxiliary loads which need a 240 V phase to neutral connection Neutral of the isolation transformer shall be grounded solidly Primary and secondary side terminations 1 Two nos 3 core 35 mm2 cable for both primary and secondary sides 2 Stand off copper termination termination using copper flats shall be provided All cable lugs shall be terminated using removable nut and bolts Page 6 of 20 3 MOTOR CONTROL CENTRE ACPCR MCC PANEL Qty 1 SET GENERAL The starters
18. 1 SHP FUEL PUMP 2 SHP MUD CLEANER 1 5HP MUD CLEANER 2 5HP CELLAR PUMP SHP BUG BLOWER SHP WATER AGITATOR 1 10HP WATER AGITATOR 2 10HP WATER AGITATOR 3 10HP WATER AGITATOR 4 10HP MULTISTAGE PUMP 1 100HP MULTISTAGE PUMP 2 100HP IR FILTER WATER 1HP HP JET CLEANER 1HP CEMENTING SUPERCHARGER 1 CEMENTING SUPERCHARGER 2 WATER BOOSTER 1 WATER BOOSTER 2 IRD LUBE PUMP 1 IRD LUBE PUMP 2 AFTER COOLER 1 AFTER COOLER 2 SPARE STARTER 1 SPARE STARTER 2 SPARE STARTER 3 SPARE STARTER 4 SPARE BLOWER SPARE STARTER 5 SPARE STARTER 6 b LIST OF FEEDERS SHP SHP SHP SHP 40HP 40HP 40HP 10HP SHP SHP 7 5HP SHP SHP SHP SHP 100HP 100HP NAME OF FEEDER WITH ASSOCIATED HP KW POWER TONG 100HP AC PCR AIRCONDITIONER 40HP Page 16 of 20 DC PCR AIRCONDITIONER 100HP WELDING MACHINE 100HP AIR DRIER 5HP ISOLATION TRANSFORMER 1 135 KW ISOLATION TRANSFORMER 2 135 KW BOP FEEDER 40HP MUD VOLUME TOTALISER SHP BOP TROLLEY FEEDER 30HP TORQUE WRENCH FEEDER SHP EZY TORK FEEDER SHP LIGHTING PANEL FEEDER 1 135 KW LIGHTING PANEL FEEDER 2 135 KW EXT LIGHTING FEEDER 100 KW RIG LIGHTING FEEDER 100 KW EC DISC BRAKE FEEDER 100HP MOBILE COMPRESSOR 60HP DIC CABIN BUNK 20HP MUD LOGGING UNIT 20HP SPARE FEEDER 1 SHP SPARE FEEDER 2 20HP SPARE FEEDER 3 60HP SPARE FEEDER 4 100HP SPARE FEEDER 5 150 KW 11 OTHER ISSUES a EARTHING OF THE PCR SHELL Six studs bolts
19. Annexure II OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India 5 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 irj portal for following e tender E Tender No B C Date Material Description amp Quantity SDI4617P15 DT 18 08 2014 SINGLE STAGE TWO BID SYSTEM 16 10 2014 2 NOS SKID MOUNTED AC PCR 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 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 p
20. BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the specifications and terms and conditions given in this document Notwithstanding the general conformity of the bids to the stipulated specifications the following requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected A TECHNICAL 1 Bidder shall be a manufacturer of PCRs AC PCR DC PCR VFD PCR used in Drilling Rigs and supplied PCRs AC PCR DC PCR VFD PCR in the past to PSU Central Govt State Govt Public Limited Companies operating in India Purchase Order Excise Invoice shall be attached with bid in support of this Bids from part
21. R INDIVIDUAL FEEDERS AND STARTERS d VOLTAGE OF CONTROL CIRCUITS e LIGHTING SUPPLY FOR HAZARDOUS AREAS f AIR CONDITIONER SUPPLY FOR DC PCR g POWER FEEDERS h INTERNAL CABLING i TYPE OF EARTHING j NGR SYSTEM Page I of 20 k SOFT STARTERS FOR MOTORS ABOVE 55 KW 75 HP 1 SPARE MOTOR STARTER FEEDER PANELS 4 PROVISION FOR MOUNTING THIRD PARTY DEVICES 5 PLUG AND SOCKETS COMPARTMENTS 6 DRAWINGS AND APPROVALS a GENERAL b PARTS CATALOGUE OPERATION INSTRUCTION MANUAL amp DRAWING TECHNICAL INFORMATION amp BULLETIN c CONFIDENTIALITY d INSPECTION BY OIL INDIA e SCHEDULE OF SUBMISSION OF DRAWINGS AND DOCUMENTS 7 COMMISSIONING a GENERAL b RECEIPT OF MATERIALS DESPATCHED FROM MANUFACTURER S WORKS c A GUIDE FOR INSTALLATION AND COMMISSIONING ACTIVITIES EXPECTED d PRECAUTIONS TO BE OBSERVED 8 MAKES OF EQUIPMENT 9 STANDARDS 10 AC PCR STARTERS FEEDERS PER MCC 11 OTHER ISSUES a EARTHING OF THE PCR b STAGE AND PRE DESPATCH INSPECTION c DETAILED ENGINEERING STAGE d TESTING AT MANUFACTURER S WORKS e DESPATCH OF PCRs TO OIL INDIA DESIGNATED SITE IN ASSAM f MARKINGS ON THE BODY OF THE AC PCRs g SAFETY CONSIDERATIONS INSIDE THE PCR 12 WARRANTEE GUARANTEE 13 SPARE PARTS a COMMISSIONING SPARES b NORMAL SPARES TECHNICAL SPECIFICATION PREMININARY The proposed AC PCR shall replace existing AC PCR Therefore the design of the proposed AC PCRs should be such that all existing tools equi
22. adherence to design specifications as well as to assure that quality is being maintained in materials and manufacturing process Oil India shall conduct a pre despatch inspection of the completed PCRs apart from all the above inspections e SCHEDULE OF SUBMISSION OF DRAWINGS DOCUMENTS Successful Bidder shall submit the following Drawings documents at the stages indicated therein A The following Drawings shall be submitted with the Bid 1 Indicative single line power flow diagram of the AC PCR showing all voltage levels current ratings amp short circuit making breaking capacities of breakers isolators bus ampere rating taking into account all generators fully loaded etc 2 Details of the Short circuit calculation of the complete electrical system 3 Indicative Layout diagram Plan showing all electrical panels of the MCC Socket boards Transformers etc 4 Indicative PCR dimensional drawings including details of rain protection for Page 12 of 20 transformers cable amp plug sockets etc 5 Spare parts Spare equipment Consumables list and quotations of spares B The following Drawings shall be submitted after successful commissioning of the PCRs 1 Equipment literature Third party quality control inspection report 2 As built drawings 3 Operation and workshop manuals 4 Bill of Materials BOM and any other relevant documents 7 COMMISSIONING a GENERAL Commissioning of the AC PCR shal
23. d be able to withstand shocks while being handled and transported over rough and slushy roads locations Height of the joint used for the longitudinal members should be minimum 20 cm Sufficient provision should be available at both ends for lifting the entire PCR bottom lift arrangement The skid shall be properly prepared and painted with black coal tar epoxy paint with a final thickness of about 200 microns b DIMENSIONS PCRs shall have the following limiting dimensions and weight for the structure not including projections due to door handles rain protection canopies light pole brackets etc Dimensions Length 12 0 mtrs x Width 3 0 mtrs x Height 3 0 mtrs Weight 28 0 Tonnes Note The skid should be four runner type amp the spacing between the middle runners to be kept more for better stability See Skid in section la above The roof of the PCR shall be plain without any protrusion This is necessary for transportation of the PCR c CONSTRUCTION OF THE PCR The AC PCR should be an out door weather proof transportable steel housing with self supporting skid suitable for oil field application and should not be weighing more than the limiting weight in Section 1b above AC PCR house columns and ceiling frame are to be constructed from structural steel seam welded The outside shall be fabricated from twelve gauge sheet steel All corners are to be formed by bending leaving no sheet edge exposed Roof of the PCR should ha
24. d new unused manufactured especially for Oil India and free from any manufacturing defect This shall be categorically stated by the bidders in their quotations Offers shall be complete in all respects and all the items equipment as specified in the tender must be included in the package Offers deemed to be incomplete shall be rejected Bidders may quote additional items equipment or accessories other than Handling Equipment not covered in this enquiry if felt necessary for the completeness and efficient operation of the AC PCRs The limiting dimensions for the AC PCR shall be 12m L x 3m B x 3m H and weight limited to 28 tons In support of BRC clause no 3 bidder should enclosed a list of PCR users and their respective contact details Item No 20 Oty 01 AU Installation and Commissioning NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance compliance to all the NIT terms and conditions of NIT Page 20 of 20 non CHECKLIST I Answer to the following questions shall be compulsorily attached with the Bid 1 Are you a manufacturer of PCRs AC PCR DC PCR VFD PCR used in Drilling Rigs Yes NO Bids from parties other than manufacturers shall not be entertained Have you attached copies of Purchase Orders with bid as proof of supply Yes NO 2 Do you have adequate manufacturing facility for manufacturing and assembly of AC PCRs at y
25. eet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered 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 102 00 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 po
26. enticated e DESPATCH OF AC PCRs TO OIL INDIA DESIGNATED SITE AT ASSAM After completion of manufacture and testing at Manufacturer s works supplier shall have to arrange for despatch of the AC PCRs to site at Duliajan The exact site will be communicated by Oil India at the time of despatch The entire PCR shall be adequately packed and sealed to avoid ingress of dust and water during travel as well as to afford mechanical protection to the PCR All arrangements in this regard will have to be borne by supplier Bidders shall confirm categorically that Installation amp Commissioning of the Rig Package with all accessories would be carried out by their competent personnel at OIL s designated drill site in Duliajan ASSAM INDIA However the basic facilities required for installation amp commissioning such as to amp fro transportation to site from Duliajan Crane service electric power 3 phase 415 VAC water supply pressurized air etc shall be provided by OIL All other facilities are to be arranged by the supplier Bidders quoting for any bought out third party item s should undertake amp comply with Guarantee Warranty clause indicated elsewhere in this tender f MARKINGS ON THE BODY OF THE ACPCR The following shall be done after external painting of the PCR is complete The Two ends of the PCR shall be labeled Draw works End and Compressor End as appropriate The sides will be painted with Oil India s logo to be
27. er relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible 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 intens
28. ermination shall be crimped type Horizontal steel bars shall be provided in the socket compartments for supporting the layers of cables g The Socket Panel shall be of Sheet metal of adequate thickness and adequately grounded h Spare Plug Sockets At least four plug sockets of each rating shall be provided as spare i All Plug Socket compartments shall be adequately guarded against rain 6 DRAWINGS AND APPROVALS a GENERAL All information operating and warning labels and O amp M Manuals should be in English only The bidder should provide at least one set of parts list operations manual amp maintenance manual covering all the items amp its accessories including any special alignment tools for the same along with the technical offer Technical details of the electrical system with dimensional drawing including Layout arrangement and circuit diagrams must also be forwarded along Page 11 of 20 with the technical offer Successful Bidder shall provide engineering drawings and BOM for approval of Oil India before manufacturing All engineering details not covered in these specifications shall be worked out before manufacture Any corrections additions modifications to drawings and BOM requested by Oil India shall be carried out by successful bidder without any cost to Oil India Manufacture shall start only after written approval from Oil India on all issues See sub section e below for details about drawin
29. fer without seeking any clarifications 6 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 7 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
30. g submission schedule b PARTS CATALOGUE OPERATION INSTRUCTION MANUAL amp DRAWING TECHNICAL INFORMATION amp BULLETIN After successful commissioning of the AC PCRs the successful bidder shall provide Oil India with seven sets of O amp M manuals BOM and as built drawings per AC PCR Five of these sets shall be in printed form and two in electronic form flash memory format Operation amp Maintenance manual should cover the following Layout drawing of all components on the unit with details of load distribution 4 Literature of all third party devices installed on the AC PCR G Safety related Information c CONFIDENTIALITY Any third party details required and obtained by the successful bidder through Oil India to complete the AC PCR design shall be kept confidential All such material shall be returned to Oil India after completion of related job Any materials or information about Oil India obtained by the successful bidder during execution of this job shall be kept confidential returned to Oil India or properly disposed of d INSPECTION BY OIL INDIA i For the Transformers Oil India shall inspect the transformers to be used in the AC PCRs at the transformer manufacturer s works Final approval of the transformers before integration with the PCR shall be given by Oil India ii For the AC PCRs Oil India shall inspect the AC PCRs at each stage of manufacture to ensure their compatibility with existing equipment
31. he PCR for monitoring NGR continuity and leakage current Scheme Type Make and Model of PIM shall be approved by OIL during detailed engineering stage NGR scheme shall have to conform to National International standards k SOFT STARTER FOR MOTORS ABOVE 55 kW 75 HP All motors above 55 kW 75 HP as listed in 10 AC PCR MCC starter feeder list shall be started by means of a soft starter i There shall be one Soft Starter for a group of 4 four motors ii Each Soft Starter shall be capable of starting all the motors in its group from zero speed to full speed with all loads connected iii All safety features as outlined above shall be available for the soft starter system Page 10 of 20 1 SPARE MOTOR STARTER POWER FEEDER PANELS Spare starters should be provided as per list provided in 10 AC PCR Starters Feeders below 4 PROVISION FOR MOUNTING THIRD PARTY DEVICES Mounting frame harness arrangements sturdy and suitable for fixing the following minimum equipment shall be permanently attached on to an inner wall or suitable space inside the AC PCR i EC Brake One Eddy Current EC Brake Control Panel and One Transformer ii Daylight Flasher Controller One The EC brake controller is Baylor NOV make PWM 20CL type with associated 25 kVA Transformer with enclosure The mounting arrangements shall consist of steel L Section bars The exact design shall be finalized during detailed engineering
32. hed The AC PCRs particularly the socket boards shall be designed to withstand effects of torrential rains prevalent in the region for eight to nine months a year lashing at up to 45 degree inclination to the vertical Rain protection canopies should be provided for all openings h BUS BARS The AC PCRs shall be fitted with adequately rated tinned copper bus bars Page 4 of 20 insulated with sleeves cable alleys trays and vertical bus chambers The Bus bars shall have adequate working space in between bars as well as from bars to bus chamber walls A detailed calculation on busbar rating should be provided to OIL before manufacture The busbars should be accessible for inspection and maintenance i HARDWARE FOR CONNECTION Hardware for all bus connections shall be of stainless steel bolts aircraft locking nuts with nylon inserts suitable for bus bar operating temperature at full load or alternatively hardware with plain amp spring washers to be used 2 POWER TRANSFORMERS GENERAL All transformers shall be specially built dry type with encapsulated winding All transformers shall be complete with individual enclosures and suitable for use in covered sheds cubicles inside the PCR Material of winding shall be copper only for all transformers These transformers shall be inspected by Oil India before they are integrated with the PCRs See section 6d below for details of inspection a Quantity There shall be five
33. ies other than manufacturers shall not be entertained 2 Bidder shall have manufacturing facility for manufacturing and assembly of PCRs_ AC PCR DC PCR VFD PCR of his own He shall supply proof of this facility in his bid Acceptable proof in this regard shall include any of the following gt ISO 9001 certificates of the facility gt Third party inspection reports mentioning the facility and jobs inspected gt Excise Tax invoices pertaining to PCRs dispatched from the facility gt Governmental Municipality approvals permit for the facility This is however exempt for suppliers that have previously supplied PCRs to Oil India Limited However all bidder should furnish complete address of their manufacturing facility 3 Bidder shall have manufactured at least 5 PCRs in the last 5 years as on bid closing date in the manufacturing facility stated above and at least 5 of these PCRs should be working in India at the time of submission of bid Copies of Complied Not Complied Remarks if any Page 1 of 4 Purchase Orders Excise Invoice are to be enclosed with the Bid as a proof of supply _This is however exempt for suppliers that have previously supplied PCRs to Oil India Limited Bidders that have previously supplied to Oil India Limited should provide a list of Purchase Orders from Oil India Limited executed successfully 4 Bidder shall quote for both supply of the AC PCRs and commissioning of the same
34. ion 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 Yiv The Bank Guarantee should be allowed to be encashed at all branches within India Hy 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 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 with Organisation s name e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected Pix Technical RFx Response folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected kx Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered
35. ions R BARMAN SR MANAGER MATERIALAS ID For the Principal For the Bidder Contractor Place Duliajan Witness 1 iaccess Date 19 08 2014 Witness 2 i sasse 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 ee 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 M
36. ith its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned 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
37. itional additions deletions modifications can be incorporated However not more than 5 feeders starters are expected to be modified added or deleted a LIST OF STARTERS NAME OF STARTER WITH ASSOCIATED HP KW RATING MP1A BLOWER 7 5HP MP1B BLOWER 7 5HP MP2A BLOWER 7 5HP MP2B BLOWER 7 5HP DWA BLOWER 7 5HP DWB BLOWER 7 5HP MUD MIX 1 100HP MUD MIX 2 100HP MUD AGITATOR 1 10HP MUD AGITATOR 2 10HP MUD AGITATOR 3 1OHP MUD AGITATOR 4 10HP MUD AGITATOR 5 10HP MUD AGITATOR 6 1OHP MUD AGITATOR 7 10HP MUD AGITATOR 8 1OHP MUD AGITATOR 9 10HP MUD AGITATOR 10 10HP MUD AGITATOR 11 10HP MUD AGITATOR 12 10HP MUD AGITATOR 13 10HP MUD AGITATOR 14 10HP MUD AGITATOR 15 10HP MUD AGITATOR 16 10HP MUD AGITATOR 17 10HP MUD AGITATOR 18 10HP PILL CHAMBER 10HP SUPERCHARGER 1 100HP SUPERCHARGER 2 100HP DESANDER 100HP DESILTER 100HP PIT PUMP 100HP TRIP TANK 1 20HP TRIP TANK 2 20HP BRAKE WATER COOLING 1 30HP BRAKE WATER COOLING 2 30HP SHALE SHAKER 1 SHP SHALE SHAKER 2 SHP SHALE SHAKER 3 SHP DEGASSER SHP MP1 LINER FLUSHER 3HP Page 15 of 20 MP1 LUBE OIL 1HP MP1 CHAIN OILER 1 1HP MP1 CHAIN OILER 2 1HP MP2 LINER FLUSHER 3HP MP2 LUBE OIL 1HP MP2 CHAIN OILER 1 1HP MP2 CHAIN OILER 2 1HP RECYCLING PUMP 1 10HP RECYCLING PUMP 2 10HP SOURCE WATER WELL 1 SOURCE WATER WELL 2 AIR COMPRESSOR 1 50HP AIR COMPRESSOR 2 50HP DW LUBE OIL 1 5HP DW LUBE OIL 2 5HP FUEL PUMP
38. itor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project 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 und
39. l be in the scope of the supplier Both the AC PCRs shall have to be commissioned at Oil India s drilling sites in Assam Successful bidder shall submit a tentative plan for commissioning the AC PCRs for approval of Oil India Each PCR shall be commissioned separately at separate locations and at separate times The completed AC PCR shall be connected to existing equipment DC PCR Electrical motors devices cables etc in a drilling rig checked for integrity of connections and acceptable levels of electrical insulation resistance and powered up phased up All devices and interlocks shall be individually tested and should work exactly as intended The entire drilling rig with the AC PCRs fully integrated shall be tested and should work exactly as intended Any problems design inadequacies material failure device malfunction etc shall be addressed replaced by the successful bidder Adequate spares for commissioning activity should be arranged for by the successful bidder The time allowed for commissioning shall be mutually decided between the successful bidder and Oil India but in no case should exceed two weeks per AC PCR Commissioning of each AC PCR may require more than one visit depending on availability of drilling rig and other factors Charges for commissioning shall be paid as one lump sum and not per visit All personnel statutory permissions if required equipment tools tackles and instruments required to commission
40. l enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors 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 Mon
41. lighting transformers 415 240 VAC phase to phase supplied from the AC main 415 bus shall be connected to the 3 phase rig lighting DB located in the AC PCR The lighting DB rating shall be sufficient for supplying the full rig and mast lighting All outgoing feeders from the DB shall be 240 VAC phase to phase 2 pole MCB units with built in residual current protection RCBO tripping at 300mA ii Change Over Switch Provision shall be given for supplying the lighting DB from external supply in case of failure of the lighting transformers Accordingly a suitably rated Page 9 of 20 change over switch shall be provided in the MCC panel in conjunction with the feeder supplying the lighting transformers Suitable provision to be kept in the Socket board for accepting such external connections f AIR CONDITIONER SUPPLY FOR DC PCR The DC PCR which is air conditioned draws the power for the same from the AC PCR Air conditioning supply for the DC PCR will be 415 VAC 3 phase without requirement of neutral wire In case neutral is required it shall be met from local isolation transformers installed for that purpose However the exact requirement shall be confirmed during detailed engineering stage g POWER FEEDERS Apart from motor starter panels certain other loads are also required e g Welding sets Hand tools etc There should be individual feeders for such loads A list of such feeders are given in 10 AC PCR MCC
42. lly safe for hazardous areas Control Circuit including Remote PBS shall have earth leakage protection IT system of neutral grounding shall be used in the ACPCR As per IT system line to neutral supply cannot be used and hence individual control transformer 415V 30 V shall be provided for each starter panel Earth leakage protection shall be provided on the secondary side of the Page 8 of 20 control transformer for all starters with external remote PBS for protection of PBS circuit from earth leakage Control Transformer secondary should be connected to ground Main transformer secondary MCCBs shall be 4 pole type supplying the TPN bus A single NGR on the neutral bus shall be provided MCCB for individual starters feeders There will be 3 pole MCCB fitted with RCD as the primary device for protection and isolation in all starters Fuse systems instead of MCCB will not be accepted Features of MCCBs The MCCBs should be suitable for DOL motor starting Induction motors for all motors below 55 KW Control supply of individual starters shall be tapped from its own line the starter shall be in operative if the MCCB is off The control circuit shall be of intrinsically safe type for PBS in hazardous areas The MCCB shall have clear ON OFF TRIP positions The MCCB should have facility for time delayed Overload protection adjustable 0 10 sec 0 4 1 0 In Short Ckt protection 10 In and RCD with trip setti
43. ng of 1OOmA and 300mA MCCB should be of Line Load reversible type Operating handle should be accessible from the exterior of the MCC cubicle with the door shut The MCCB will be of fixed mounting type without extended operating handles All starters above 55KW shall be provided with soft starters All the power cable terminations are to done with proper colour coded terminal blocks R phase phase 1 Red Y phase phase 2 yellow phase phase 3 Blue Neutral Black The selection of MCCB contactors and relays for the starter panels should be as per Type 2 coordination All components fitted in the starter panels should be of a single make All MCCB shall be suitable for secondary injection testing of tripping characteristic by a test kit There should be provision for lock out of the incoming power control device MCCB to prevent accidental closure during maintenance activity on the circuit d VOLTAGE OF CONTROL CIRCUITS Push button stations for remote near the motor On Off control circuits for all motors located in Hazardous areas shall be of the Intrinsically Safe Ex i type The voltage used in control circuits for non hazardous areas shall not exceed 30 volts Voltages used in control circuits for motors started from Drillers Console D CON shall be decided mutually between OIL and the supplier during the detailed engineering stage e LIGHTING SUPPLY FOR HAZARDOUS AREAS i Secondary side of the
44. of motors located in hazardous areas Spare Starters Aviation white warning light controller Plug socket compartments for interconnection with various main and auxiliary loads Any other electrical system necessary for operation of the rig electrical equipment Successful Bidder shall interact closely with OIL during detailed Engineering stage to firm up the specifications for individual equipment wherever necessary Bidder shall manufacture the AC PCRs at their works and transport the completed AC PCR to Oil India s designated site at Assam India Bidder shall have adequate facilities for supply of AC PCR spare parts for at least ten years A certificate to this effect shall be attached with the bid Bidder shall have well equipped testing and repair set up in India suitable for complete testing and repair of PCRs including repairs to the skid and housing Facilities available shall include but not be limited to welding and painting The set up should include both on site repair as well as factory repair capability Bidder shall furnish as proof of capability of the repair facility along with the bid any of the following Job Orders Customer satisfaction reports MOM Quality Certificates pertaining to the facility Third party inspection reports mentioning the facility and jobs inspected In addition bidder should furnish complete address of this repair facility Page 19 of 20 The AC PCRs shall be bran
45. oney along with the offer Wherever Applicable E nn ae opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line 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 8 __ 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 Regis
46. oning of the same at site in Assam India Commissioning shall be done by bidder s own personnel and not outsourced to other parties Please attach a certificate to this effect 8 The AC PCRs shall be brand new unused manufactured especially for Oil India and free from any manufacturing defect This shall be categorically stated by the bidders in their quotations 9 Offers shall be complete in all respects and all the items equipment as specified in the tender must be included in the package Offers deemed to be incomplete shall be liable for outright rejection Bidders may quote additional items equipment or accessories other than Handling Equipment not covered in this enquiry if felt necessary for the completeness and efficient operation of the AC PCRs 10 The limiting dimensions for the AC PCR shall be 12m L x 3m B x 3m H and weight limited to 28 tons Please state your maximum expected dimensions and weight Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder roceiscscccccnseccecceccicosy hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SD1I4617P15 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 w
47. ording to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages 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 wil
48. ou own facility Yes NO This is however exempt for suppliers that have previously supplied PCRs to Oil India If you are claiming exemption under this please attach proof of having supplied PCRs in the past to OIL else your bid may be rejected Have you attached proof of your manufacturing facility in the bid Yes NO 3 Have you manufactured at least 5 PCRs in the last 5 years in the manufacturing facility stated at 2 above and are at least 5 of these PCRs working in India at the time of submission of bid Yes NO A list of users and respective contact details should be enclosed with bid This is however exempt for suppliers that have previously supplied PCRs to Oil India 4 Bidder shall manufacture the AC PCRs at their works and transport the completed AC PCR to Oil India s designated site at Assam India Bidder shall have adequate facilities for supply of AC PCR spare parts for at least ten years Please attach a certificate to this effect with the bid 5 Do you have a well equipped testing and repair set up in India suitable for complete testing and repair of PCRs including repairs to the skid and housing Facilities available shall include Welding and painting The set up should include both site repair as well as factory repair capability 6 Have you in your bid included a description of the repair and testing set up facility in India Yes NO 7 Bidder shall quote for both supply of the AC PCRs and commissi
49. pares equipment instruments etc required during commissioning of the AC PCRs A list of spares shall be provided to Oil India before commencement of commissioning activities b NORMAL SPARES A List of spares for two years normal operation of all equipment system should be included in the offer indicating item part no amp quantity required Item wise price of such spares should also be provided in commercial part of the bid Bidder should indicate the part nos against each item along with OEM s part no if any The cost of spares will not be considered for price comparison Purchase of these spares will be optional Bidders must confirm the same along with the availability of spares for next 10 years c COMPULSORY SPARES The following shall have to be quoted for supply along with the AC PCRs and shall be evaluated i Soft Starter of the make model and rating to the one appearing in para 3k Soft Starter for motors above 55 kW 75 HP above Quantity 1 One NOTE Supply Installation and Commissioning of 2 nos New Outdoor type weatherproof and transportable skid mounted AC PCR at site in Duliajan Assam India Auxiliary Control PCR AC PCR shall house MCC for all other auxiliary motor starters feeders Two Main transformers 2 x 600 kVA 2 nos lighting transformers and 1 no isolation transformer Soft starters for starting motors 55 kW 75 HP and larger Intrinsically Safe circuits for remote control
50. pment operate exactly as before and also has the capacity to accommodate a reasonable number of extra equipment future additions The PCRs shall be designed for and operate with an electrical frequency of 50 Hz The following shall apply to each AC PCR 1 CONSTRUCTIONAL FEATURES GENERAL The Power Control Room PCR is expected to be deployed in Assam India Hence the PCR is expected to work satisfactorily under following conditions Atmospheric Conditions Ambient Temperature 0 degrees to 45 degrees C Humidity Up to 100 during rainy season Page 2 of 20 Altitude Max 1000 M above MSL Rainfall 1800 to 3000 mm average annual Electrical Factors Input Voltage to Main Transformers 600 VAC 15 Frequency of Supply 50 Hz a SKID The Power Control Room PCR shall be mounted on heavy duty self loading skid used in oilfields The Skid design shall incorporate at least 4 four longitudinal channels with two mid channels kept sufficiently apart so that the unit can be placed evenly on narrow trailers general width of trailers 2 4 to 2 6 meters only with proper load distribution amp balancing Each longitudinal channel of a skid shall be of single length and shall have smooth finish underneath and curve finish at both the end so that the skid can roll over smoothly on surfaces truck body without any obstruction The skid so designed should be sufficiently strong and properly welded at joints and shoul
51. properly for purposes of competition or personal gain or pass on to others any information or document provided 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 circum
52. rculate the interior air volume at a rate adequate to provide an interior temperature of 25 degrees maximum with an ambient of 45 Degrees maximum Proper calculation of the expected cooling capacity expected should be provided by the bidder The AC units shall be weather proof so as not to allow any leakage of rain water inside the PCR The equipment components controls requiring periodic maintenance shall be easily accessible The AC unit shall have a noise output limited to 78 dBA under all conditions of service There shall be adequate spare units so that interior temperature is maintained even with failure of one unit There shall be two exhaust fans one on either side of the house to ventilate the interior incase of air conditioner failure shutdown f INTERIOR LIGHTING Fluorescent lighting fixtures 2 x 40 Watt is to be provided for aisle lighting Four 4 240 volt Phase Phase duplex receptacles suitable for Indian style plug pins to be included two at each end of the house The AC PCR shall be equipped with two portable for working in panels emergency lights which shall adequately light up the AC PCR in the event of a blackout Additionally two emergency lighting fixture with EXIT signs to be also included at each end of the House near the doors 240 V Phase Phase AC power supply shall be used for lighting and space heaters supply g RAIN PROTECTION The AC PCR should be designed to work without any external cover or s
53. re rise above ambient 115 Deg C The transformer shall not exceed this temperature rise when operating continuously at full load capacity Insulation Class H or 220 Deg C Cooling Air Natural cooled Rated power freq withstand 3 kV RMS or better Standards Indian Standard IS 11171 or equivalent international standard Page 5 of 20 Primary and secondary side terminations 1 Three nos of single core cables on both primary and secondary sides 2 Size of cable 1x 300sq mm flexible copper cable for all phases 3 Stand off copper termination termination using copper flats shall be provided All cable lugs shall be terminated using removable nut and bolts c Lighting supply transformers for mast and rig lighting hazardous area lighting Qty 2 Lighting supply transformer fed from the main 415 VAC bus of ACPCR Minimum 60 KVA dry type 415 V 240 V phase to phase 50 Hz copper wound air cooled to meet the hazardous area lighting load as per the following broad specifications Quantity 2 Two transformers Capacity 2 x 60 kVA continuous rating Voltage 415 240 volts Phase to Phase Frequency 50 Hz Phases 3 phase Impedance 4 Vector Group Dyn11 Star connected secondary neutral available for connection Enclosure IP23 type with provision for natural circulation of cooling air Ambient temperature 55 Deg C Temperature rise above ambient 80 Deg C Insulation Class F Rated power freq
54. red to make the equipment ready for commissioning The third party devices shall be installed inside the PCR at this stage ii Initial commissioning after start up connection This activity will cover electrical insulation checks wiring checks phasing up powering up of individual equipment and the system as a whole After start up connection and powering up the complete system shall be tested at no load and minimum low load at OIL s well site All equipment as well as the whole system shall work exactly as intended Any modification re wiring repair shall be carried out at this stage iii Final commissioning The PCR shall be integrated with the other equipment of the Drilling Rig and operated in conjunction with these pieces of equipment as a complete system Any problems abnormalities anomalies and defects noticed logged during this stage operation at full rated load shall be rectified by the supplier This will cover setting adjustment calibration of limits in the control system drives etc All equipment as well as the whole system shall work exactly as intended d PRECAUTIONS TO BE OBSERVED Oil India s drilling sites have an elaborate system of hazardous areas zones where restrictions on electrical equipment operation are enforced All personnel coming for any activity inside the drilling site is advised to familiarize themselves with such demarcations before commencing any work 8 MAKES OF EQUIPMENT The makes
55. rovided 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 User ID and Password B CORRIGENDUM BID CLOSING DATE OF E TENDER NO SDI3974P15 DATED 24 06 2014 HAS BEEN EXTENDED UPTO 11 09 2014 UPTO 11 00 HRS APPLICATION FOR ISSUE OF USER ID AND PASSWORD WILL BE ACCEPTED UPTO 04 09 2014 UPTO 15 30 HRS amp BIDS SHALL BE OPENED ON 11 09 2014 AT 14 00 HRS ALL OTHER TERMS AND CONDITIONS OF THE E TENDER SHALL REMAIN UNCHANGED OIL INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email ranjanbarman oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI4617P15 DT 18 08 2014 Tender Fee Rs 1 000 00 Bid Security Amount Rs 10 20 000 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 2 NOS SKID MOUNTED AC PCR 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
56. rs 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 Page 4 of 4 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI4617P15 DT 18 08 2014 Complied Not Complied Remarks if any ITEM NO 10 _QTY 02 NOS SUPPLY INSTALLATION AND COMMISSIONING OF 2 NOS NEW OUTDOOR TYPE WEATHERPROOF AND TRANSPORTABLE SKID MOUNTED AC PCR AT SITE IN DULIAJAN ASSAM INDIA TECHNICAL SPECIFICATION 1 CONSTRUCTIONAL FEATURES GENERAL a SKID b DIMENSIONS c CONSTRUCTION OF THE PCR Thermal Insulation Surface preparation and painting Bottom Lift Doors Rubber Floor Mat d PANEL LINE UP e INTERIOR LIGHTING f RAIN PROTECTION g BUSBARS h HARDWARE FOR CONNECTION 2 POWER TRANSFORMERS GENERAL a QUANTITY b MAIN TRANSFORMER FOR MCC SUPPLY Qty 2 Nos c LIGHTING SUPPLY TRANSFORMERS FOR MAST AND RIG LIGHTING HAZARDOUS AREA LIGHTING Qty 2 d ISOLATION TRANSFORMER Qty 1 3 MOTOR CONTROL CENTRE AC PCR MCC Qty 1 SET GENERAL a BROAD SPECIFICATIONS OF THE MCC b OTHER FEATURES OF THE MCC c PROTECTION MCCB FO
57. rtal has been also provided through OIL s web site www oil india com NOTE PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents 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 q
58. shall be suitable for operation from outside without opening the panel door x All breakers MCCBs used in the MCC shall be suitable for IT system as per IEC 947 2 IS 13947 All breakers MCCBs used in the MCC shall be suitable for disconnection and shall have positive visual isolation The neutral shall not be served and supply from the MCC bus shall be 3 Phase amp 3 Wire However the neutral bus is to be provided in the MCC xi Each individual starter panel lighting AC unit feeder panel shall be provided with an earth leakage circuit breaker which shall cut off the power supply in case of an earth fault in that particular circuit Trip setting should be at 300 mA The control circuit for each starter shall also have its own earth leakage circuit breaker c PROTECTION All starters and feeders shall have individual MCCBs as incomers except those started with the soft starters However for the soft starter started motor groups there will be a single incomer MCCB per group with sufficient current carrying capacity for simultaneous running of all motors in the group at full load The following shall be incorporated in every starter circuit as applicable Short Circuit Protection Overload Contactor Earth leakage trip 100mA amp 300mA selectable for both power and control circuits Remote Push Button Station PBS Hand Off Auto feature as required Control Circuit voltage shall not exceed 30 V and shall be intrinsica
59. stage The successful bidder shall have to supply and fix incoming power cables and cable trays for powering these devices The outgoing power and control cables from the devices up to the socket board shall also have to be supplied and fixed by the successful bidder The devices will be supplied by OIL and shall be fixed and connected at site during commissioning As a guide for power cable selection the EC Brake runs on 415VAC 3 Phase 50 Hz 60 HP power and the daylight flasher consumes about 5 Amperes of 415VAC Adequate number of sockets to be decided during the detailed engineering stage should be provided at the socket board for field connection of these devices 5 PLUG AND SOCKET BOARD PANELS COMPARTMENTS a Suitable metal clad plug and socket arrangement shall be provided for interconnection of the ACPCR with motors auxiliary loads lighting socket board etc with cables b Socket Board Compartments shall be of sheet steel c Socket Board Compartments shall be suitable for ease of quick rig up and rig down operations Matching plugs shall be supplied along with the sockets d Adequate number of plug sockets for supplying power and control connection to each motor shall be provided in the panels e Socket compartments should be located to either end of the ACPCR The plug socket compartments shall be well illuminated and suitably marked for ease of identification of circuits loads f The plug sockets cable t
60. stances of the case in particular the number of transgressions the position of the transgressions within the 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 acc
61. ted on top of the MCC panels and the panels shall be designed to take the weight of the busbar chamber cable tray and cables as necessary v Bus system shall consist of TPN tinned copper bus neutral bus will not be used bus chamber and cable alleys in a suitable arrangement Panels shall be in vertical configuration Vi MCC bus shall be fed from the main 2 x 600 KVA transformers 600 V 415 V 3 phase 50 Hz in the ACPCR through suitably rated ACBs vii MCC starter panels shall be suitably rated to cater to auxiliary electrical drive viii Each panel shall contain suitably rated MCCBs contactors thermal overload relays earth leakage circuit breaker ammeter OLR reset push button Hand Off Auto selector indication lamps etc Each panel shall have its own individual door ix Each motor panel should have the following minimum components located on the front fascia Name plate for identifying the starter panel cubicle One overload reset button MCCB operating handle lever with TRIP ON OFF positions marked LED Indication lamps with LVGP feature for motor ON OFF OVERLOAD TRIP Selector switch for HAND OFF AUTO for required starters One ammeter to indicate motor current ix Components shall be mounted on sheet steel base and all apparatus shall be suitable for front removal However ammeters and indication lamps may be mounted on panel doors MCCBs Soft starters HOA ELCB reset OL reset switches etc
62. tion 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 In case of extension of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date hiii Performance Security Successful bidder will be required to furnish a Performance Security 10 of the order value For exemption for submission of Page 2 of 4 Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Performance Security must be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier Bidder must confirm the same in their bid Offers not complying with this clause will be rejected The _ validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL For exemption for submiss
63. tration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished by us Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
64. ve proper slopes so that no water logging takes place during rainy season Thermal Insulation Walls to be insulated with three inch thick polystyrene block insulation The floor and the wall with the receptacles and plugs will not be insulated The inside surface of the walls shall be finished with a sandwich style insulating board three eight s of an inch thick with white pebble coating on the interior side and aluminum foil on the exterior side Features furnished above are indicative only Bidder may quote for other type of insulation and surface finish which may offer similar higher insulation efficiency so as to maintain the PCR inside temperature within the range indicated in this tender However all materials used shall be flame retardant non inflammable Surface preparation and painting Surface finishing should be Commercial Metal Blast Grade SSPC SP 6 1 5 to 2 5 mils anchor profile before primer painting Primer and final top coat Page 3 of 20 shall be of Epoxy PU and of premium quality Top coat colour will be urethane linear white for the external surfaces and gray for the inner surfaces Over all dry film thickness of the painting should not be less than 8 mils 200 microns Surface preparation and painting shall be adequate for the harsh rainy amp humid environmental conditions Bottom Lift The AC PCR should be designed for lifting from the bottom In addition to this top lifting arrangement may also

Download Pdf Manuals

image

Related Search

Related Contents

  DSA-142 User manual VA3  Comtrol RocketLinx ES7510  XML User Guide  Manuale utente di Acronis® Disk Director® 12  User Manual - Mastering Mansion  Digitales Heimkino-System  Mobile Device Management  

Copyright © All rights reserved.
Failed to retrieve file