Home

SDI8488P16 - Oil India Limited

image

Contents

1. 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 viii Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered ix A bid shall be rejected straightway if it does not conform to any one of the following clauses a Validity of bid shorter than the validity indicated in the Tender b Original Bid Security not received within the stipulated date amp time mentioned in the Tender c Bid Security with i Validity shorter than the validity indicated in Tender and or ii Bid Security amount lesser than the amount indicated in the Tender d Average Annual Turnover of a bidder lower than the average Annual turnover mentioned in the Tender 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the 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 specification Page 3 of 4 B COMMERCIAL i To evaluate the inter se ranking of
2. W with folding 1 5 mtr X 1 mtr Shed flush mounted double skin construction The shutter should be open from outside The door should be made from higher grade aluminum extruded section fully insulated of 40 mm thickness for eliminating heat transmission and shock The external side should be cladded with 2 mm MS sheet and the internal side should be with plywood hot pressed and phenol bonded with decorative laminated sheets similar to interior finish These doors should be fixed with corrosion proof and all rubber gaskets packing all around door frame for complete weather proof 2 2 WINDOWS 2 Nos 3 panel Windows W1 of 4 ft height amp 4 5 ft width and 3 Nos 2 panel Windows W2 of 4 ft height amp 3 ft width as per drawing with frame made out from Aluminium with sliding aluminium window with 4 mm good quality fibre glass folding type rain Shed Height same as doors width suitable for each window Ant pilferage MS decorative grills should be provided in all the windows 3 0 PRETREATMENT amp PAINTING 3 1 The surface preparation for all steel surfaces should be pre treated with anticorrosive chemicals including degreasing and de rusting and phosphating coated with red oxide zinc chromate primer conforming to IS 2074 The external surface of the bunk houses should be finally painted with two coats of corrosion resistant rubbers chlorinated marine paint or polyurethane paint 3 2 The under frame should be painted with bituminous
3. sizes of each locker 450mm L X 300 mm H X 350mm D 10 0 Welding The containerized bunk house should be of all welded steel construction using the latest method of MIG using CO2 argon as shield gas All the external welding should be continuous uniform and off full penetration Page 6 of 8 11 0 Handling The bunk house to be capable of being handled without any strain or damage under the following conditions a Lifting of the unit by lifting slings and shackles directly from top corner lifting lug b Lifting and winching by attaching suitable shackle to the skid 12 0 Ladder A ladder should be placed outside cabin as shown in drawing for fixing up slings at top of the corner 13 0 Inspection Each Bunk houses shall be offered for inspection 3 stage inspection to representative of OIL at the following stages of fabrication However inspection by OIL is at its discretion a At any time during fabrication b On completion of fabrication job before applying primer coating c On completion of the jobs before dispatching the complete bunkhouse 14 0 WARRANTY GUARANTEE The bunk house including all the bought out items should have minimum onsite warranty of one year from the date of installation within which any replacement repairing that may occur should be carried out by the supplier at the site of installation at their own cost and arrangement taking all statutory safety measures practiced i
4. 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 All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on OI s website www oil indiaccom and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued Page 1 of 4 in the press Prospective bidders are requested to regularly visit the website and e portal to keep themselves updated f Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited g Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria
5. bid shall be minimum 120 days from the Bid Closing Date ii Bid security The bid must be accompanied by Bid Security of Rs 13 000 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may 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 The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto 29 08 2016 Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned Amount and Validity is not received or paid online 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 format of Bank Guarantee towards Bid Security Annexure VII has been amended to Annexure VII Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only In case of extension of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity
6. handling facility for the container handling 1 GENERAL DESIGN amp CONSTRUCTION 1 1 Main Shell The main fabrication of the structural framework should be of integral and all welded type to comprise of the bottom frame overall framework internal and external cladding with insulation and other peripherals sloping self draining roof and desired door window The main corner vertical support posts should be formed into a press component from 5 mm thick MS tested quality plates as per IS specifications and all the corner posts should be suitably welded at the top with a heavy gauge MS plate which should be able to hold steel forged lifting hooks or corner casting arrangement with 50 mm holes The corner casting to be provided is similar to the corner castings normally found in marine freight containers The entire welding process is to be executed by certified welder copy of certificate must be attached with the offer for scrutiny using ISI quality electrode 1 2 Base Frame The main bottom Base frame should be fabricated and welded out of tested quality MS pressed steel channel sections of size ISMC 125 x 65 mm and all the inter connecting cross members should also be steel channels duly welded lengthwise amp breadth wise and conveniently equally spaced 1 3 Skid The under structure base frame of crew cabin is to be mounted on the skid consisting of 03 three nos of Indian Standard Medium Beam ISMB 200 x 100 mm hot rolled T s
7. on Bidders Experience and their financial capabilities shall be considered D as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 13 00 Lakhs Note For Annual financial turnover enclose the audited Annual Reports or balance sheet certified by a chartered accountant 2 0 Vendors having OIL s User ID amp password shall purchase bid documents on line through OIL s electronic Payment Gateway Vendors who do not have OIL s User ID amp password shall obtain User ID amp password through online vendor registration system in e portal and can subsequently purchase bid documents through OIL s electronic Payment Gateway Alternatively 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 B C 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 initia
8. sq mm diameter bare copper earth wire for power sockets 7 4 The main switch outgoing shall be wired to the DB with 10 sq mm 3 core for phase neutral and earth PVC insulated 1100 V grade fire retardant multi stranded flexible copper conductor and approved by ISI Fire Insurance Authority amp Tariff Advisory Committee 8 Following shall comprise the electrical scope of work 8 1 For incoming power supply one pair of weatherproof suitably rated plug amp socket make BCH or equivalent shall be suitably fixed outside the cabin house at a height of approx 2 9m and easily accessible from the ladder attached with the body A suitably designed metallic canopy rain guard shall be provided above the plug amp socket 8 2 For internal wiring of the cabin suitable size FRLS copper cables along with metallic conduit shall be used The earth wire shall be run separately throughout Appropriate color codes shall be maintained for wiring purpose Red for phase Black for neutral and Green for earth 8 3 Inside the cabin the incoming power shall be through a suitably rated MCCB and ELR preferably 100mA industrial type The distribution circuits for lighting fans etc shall have individual suitably rated MCB All these components shall be fitted inside a well designed sheet metal distribution box 8 4 All relevant electrical appliances viz fan light etc shall be energy efficient type 8 5 Bolts studs min 2 nos shall be provided on th
9. within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date iii Performance Security The successful Bidder will have to provide Performance Security 10 of order value which shall be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of despatch Page 2 of 4 whichever is earlier 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 iv The Bank Guarantee should be allowed to be encashed at all branches within India v 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 vi Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered vii 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
10. 0 Benefits to Micro amp Small Enterprises MSEs as per prevailing Govt guidelines as applicable on B C date shall be given MSEs who are interested in availing the benefits will upload with their offer proof of their being MSE registered for the item tendered The MSE are also required to upload scanned copies of relevant documents indicating details of registration alongwith validity name of the registering organization and details of the item ownership etc failing which their offer may not be liable for consideration of benefits to MSEs 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 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 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC
11. A 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 Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the 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 a The bidder should be a reputed fabricator and should have the credentials of supplying similar type of Huts in the past Necessary evidence in the form of order copies proof of supplies acceptance performance certificates should be submitted along with the offer Note Term similar means Steel Fabricat
12. Annexure I OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India E mail material oilindia in INVITATION FOR BID LOCAL COMPETITIVE BID OIL INDIA LIMITED invites Local Competitive Bid LCB through its e procurement portal https etender srm oilindia in irj portal for the following items Tender No Bid Closing Item amp Qty Opening Date SDI8464P16 DT 05 09 2015 15 10 2015 TRUCK FOR MOBILE STEAM GENERATOR SDI8469P16 DT 07 09 2015 29 10 2015 CREW CABIN SDI8467P16 DT 07 09 2015 29 10 2015 BUNK HOUSE SDI8488P16 DT 08 09 2015 29 10 2015 CREW CABIN SSI8428P16 DT 01 09 2015 29 10 2015 FANS SSI8429P16 DT 01 09 2015 29 10 2015 RCBO Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Period of sale of documents till One week prior to bid closing date The complete bid documents and details for purchasing bid documents participation in E tenders are available on OIL s e procurement portal https etender srm oilindia in irj portal as well as OIL s website www oil india com NOTE All addenda Corrigenda time extension etc to the tenders will be hosted on above website and e portal only and no separate notification shall be issued in the press Bidders should regularly visit above website and e portal to keep themselves updated OIL INDIA LIMITED F A Government of India Enterprises PO Dul
13. However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 9 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 Page 3 of 4 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 10 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer 11 0 If Bank Guarantee is submitted towards Bid Security then bidders have to ensure that the Bank Guarantee issuing bank indicate the name and detailed address including e mail of their higher office from where confirmation towards genuineness of the Bank Guarantee can be obtained 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 T ROY DEPUTY MANAGER MATERIALS IP FOR HEAD MATERIALS Page 4 of 4 Annexure CCC Tender No amp Date SDI8488P16 Dtd 08 09 2015 BID REJECTION CRITERIA BRC BID EVALUATION CRITERI
14. act Submitted if applicable Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference as per Govt guideliness Whether filled up the bank details for online payment as per Annexure GGG NOTE Please fill up the greyed cells only SINo Remarks ___ a I O E o 2 O ae 3 S OOO O A O Oo E 5 O A 6 O O y O E 8 O Sie 9 O E 10 Po SSS Ss a PO aa If Bid security submitted as Bank Guarantee Name and Full Address of Issuing Po O B O E 15 nay es 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 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 attes
15. awing with earthing scheme are submitted along with the offer 9 Whether guarantee warranty is offered as per the Yes No enquiry 10 Supporting documents for past supply experience as per the BRC BEC clauses of the enquiry copies of purchase order bill of landing BOL Invoice etc to be enclosed PO no qty amp date Specification of Client s name BOL Any other supplied amp address Invoice No relevant material document PO 1 PO 2 PO 3 PLAN VIEW DRILLING CREW CABIN FOR 2000 HP DRILLING RIG All dimension are in mm Technical Bid Checklist Annexure EEE Meern CO Bidder s Name Compliance by Bidder Indicate Confirmed Not Indicate Corresponding page ref of SL NO BEC TENDER REQUIREM ENTS Confirmed Not applicable unpriced bid or Comments Bidder to confirm that he has not taken any exception deviations to the bid document Confirm that the product offered strictly conform to the technical specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest M oney along with the offer Wherever Applicable Confirm unconditional validity of the bid for 120 days from the date of opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that the Bid comply with all the terms amp conditions Confirm that the offers and all attached documents ar
16. ckets etc shall be concealed type inside the paneling running through PVC conduit 6 2 Medium grade ISI approved FR PVC conduits shall be used for wiring Conduit size and no of wires in conduit shall be as per IS Corners shall be rounded elbow type for ease of insertion of wires Make AKG PLAZA Finolex 6 3 The wiring cable shall be PVC insulated 1100 V grade fire retardant multi stranded flexible copper conductor and approved by ISI Fire Insurance Authority amp Tariff Advisory Page 4of 8 Committee 6 4 All wires shall be colour coded as Red for Phase Black for neutral and Green for earth All wire ends in DB Main Switch and Socket outlets shall have copper lugs of Dowell s Make Finolex Havells 6 5 All points shall have individual switches and independent neutral wire All light and fan points shall be suitably distributed in the switchboards with individual switches In addition each switchboard shall be provided with one no 6 Amps switch socket For ease of operation Switchboards shall be made of 1 6 mm thick MS boxes having 3 0 mm thick white coloured ISI approved Hylam sheet 6 6 All switches and switch sockets shall be flush type of Anchor make Deluxe model 7 0 CABLE SIZES 7 1 1 5 sq mm copper cable with earth wire of 1 5 sq mm for point wiring 7 2 2 5 sq mm copper cable with 2 5 sq mm earth wire for circuit wiring from DB to switchboard and 5 Amp sockets 7 3 4 0 sq mm cable with 4 0
17. ctrical works as installed drawings amp list of electrical items used spares for lighting system by the party 9 0 FURNITURE ITEMS All offered furniture should be of executive class Bidder should forward catalogue drawing with specification of all items without which the bid will be liable for rejection The Bill of Material provided below is for per Bunk House a One no stainless steel water filter capacity 18 lit should be supply along with stand Stand should be fixed on one side of sitting room corners b Table of standard height as per the drawing Size of the table 6 ft L x 2 5 ft H x 15 inch W should be provided The table frame and top should be made from 25 mm MS angle and 25 mm marine grade ply board plus 1 mm laminated board pre laminated board suitable for extreme rough conditions The legs of table should be 1 5 inch M S Sq bar fixed on the floor 04 Nos c Bench of standard height as per the drawing Size of the Bench 6 ft L x 1 5 ft H x 12 inch W should be provided The bench frame and top should be made from 25 mm MS angle and 25 mm marine grade ply board plus 1 mm laminated board pre laminated board suitable for extreme rough conditions The legs of bench should be 1 5 inch M S Sq bar fixed on the floor 05 Nos d Steel Almirah consisting of individual type Steel lockers min 14 nos with locking arrangements along with pad locks 45 mm Nayyar s make or equivalent locks Approximate
18. e digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUM ENT Wherever Applicable CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORM ANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEM ENT OF ORDER ON YOU Wherever Applicable CONFIRM THAT YOU HAVE SUBMITTED DOCUM ENTS AS PER GENERAL QUALIFICATION CRITERIA Confirm that you have submitted Name and Full Address of Issuing Bank including Telephone Fax Nos and Email id of branch manager 1 where Bid security has been submitted as Bank Guarantee 6 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 NOTE Please fill up the greyed cells only Response Sheet Annexure FFF Bidders Name Bidders Response Sheet Delivery Period in weeks from placement of order Complied to Standard Payment Terms of OIL or not 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 Bank including Telephone Fax Nos and Email id of branch manager Bid Security if Not submitted reasons thereof Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity P
19. e skid for making double and distinct earthing connections of the cabin 8 6 Bidder shall submit electrical schematic with earthing scheme amp indicative bill of materials along with quotation 8 7 In case of order the successful party has to submit detailed electrical drawings bill of materials and specification of all materials including light fittings fans etc at least 30 thirty Page 5 of 8 days before start of work All modifications in the work plan and item description as required by OIL shall have to be agreed by the party 8 8 The electrification job shall start only after approval of drawings and sample of material by Head Electrical in writing 8 9 Entire electrical installation work has to be done by licensed electrician as per CEA Measures relating to safety and electric supply Regulations 2010 and NEC codes Party will submit the copy of the valid licenses of their work persons to OIL before start of the work 8 10 Party shall notify OIL for inspection of wiring work before fixing of panels at least 15 fifteen days in advance 8 11 Test report of the entire electrical work as per CEA Measures relating to safety and electric supply Regulations 2010 will have to be submitted to OIL after completion of the job 8 12 The electrical work shall be treated as complete once installation testing amp commissioning of electrical works are accepted by Head Electrical and submission of test report for ele
20. ection At the end portion of the I section structure on both the sides steel pipe of size 142mm NB x 9 5 mm wall thickness should be inserted and welded properly The T section beam should be placed at equal distance and connected with samepsige pbgam at 2000 mm apart amp the pipe of MS on both ends in welded construction Base frame and skid should be made in such a way that no foundation is needed for placement of bunk house 1 4 Flooring 6 mm chequered MS plate which is welded to the bottom frame 1 5 Side End Walls The exterior cladding of the shell should be of MS pressed steel vertical corrugated sheets of 3 mm thick and should be welded to the bottom MS channel frame corner posts top frame and roof frame The corrugated version acts as stiffeners and increase strength to weight ratio and eliminates the use of any other vertical support All gaps should be sealed at the edges at seams bottom sills and will prevent ingression of insects moistures etc 1 6 Roof The roof should be of sloping type from the centre forward the walls for efficient drain of water The roof should be made of 3 mm thick MS steel sheets as per IS and is provided with adequately pressed reinforced sections from inside for additional strength and this should be able to comfortably resist loads up to 20 Ibs sq feet All the structural steel used should be of standard quality as per IS specification and all steel components sections machine p
21. ed Huts Crew Cabins and Bunk Houses b Bidder should have successfully executed a single order of value not less then Rs 3 99 lakhs for manufacture and supply of crew cabins in the past 3 years preceding the technical bid closing date Necessary proof in support of the same should be submitted along with the offer failing which the offer will be rejected c Bidder must forward along with the quotation the detailed drawings amp specifications of proven design including each and every item main shell base frame skid flooring side amp end wall roof weather shed insulation inner paneling doors windows shelf electrical fitting items electrical drawing details of wiring etc along with Bill of material failing which the offer will be liable for rejection d The bidder should be a Government registered vendor Necessary proof in Page 1 of 4 support of the same should be furnished e The bidder if registered as an SSI MSE unit then they should submit the certificate copy of registration with the concerned authorities f Bidder should have the required machinery manpower and resources for undertaking the fabrication of cabins viz welding painting pressing of sheets corrugation etc A list of all the facilities including list of machineries available is to be submitted along with the offer The audited annual report should also be enclosed along with the offer B COMMERCIAL i Validity of the
22. es restricting only to the clarification sought and within the specified timeframe 12 0 Any variation or non conformity to the tender specification should be clearly mentioned in the proforma given in the Tender Deviation taken elsewhere in the offer will not be given cognizance 13 0 The offer should be forwarded along with price break up of each and every item Offer without these will be rejected 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 8 of 8 CHECK LIST TECHNICAL Sl Description Bidders response No 1 Overall dimension of the cabin as per the tender Yes No Whether raw materials for mainframe base frame Yes No skid floor side end walls roof insulation amp inner panelling are as per the tender 3 Whether the specification of electrical components Yes No are as per the tender 4 Whether the make amp model of all electrical items Yes No viz Light fan etc are as per the tender 5 Whether the make amp model of all furniture are as Yes No per the tender 6 Whether the welding work will be carried out as Yes No specified in the enquiry 7 Whether product catalogue for bought out items Yes No electrical furniture paints etc are submitted along with offer 8 Whether structural layout amp electrical wiring Yes No dr
23. h bunk house which will be confirm during inspection 5 0 Minor change in the specification may be done during the course of fabrication of bunk house Bidder to confirm the same in their offer 6 0 All the electrical fittings should be tested by competent persons holding valid electrical license Necessary electrical test certificate duly signed by competent person holding valid electrical license and schematic diagram of wiring should be submitted along with Cabin Bidder to confirm the same while quoting 7 0 All furniture should be of executive classes as specified Bidder should forward catalogue drawing with specification of all items along with the quotation 8 0 Bidder s response to all NIT stipulations shall clearly be defined Bidder shall furnish specific details specifications of all major components systems with Make amp Model etc Generalized response like As per NIT Specifications Technical Leaflet Noted and Accepted or in any similar fashion is not acceptable and will be rejected 9 0 Bidder must forward along with the quotation the detailed drawings of corrugated sheets 10 0 Bidders are advised to ensure full compliance with all the requirements and to confirm the same in their offer to avoid any post tender clarifications 11 0 Unsolicited post tender clarifications modifications will lead to the rejection of the bid However in case any clarifications sought by the Company the bidder should submit the repli
24. iajan 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 SDI8488P16 Dtd 08 09 2015 Tender Fee Rs 1 000 00 Bid Security Amount Rs 13 000 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Not Applicable OIL invites Bids for Supply of Crew Cabin 2 Nos through its e Procurement site under SINGLE STAGE COMPOSITE 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 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
25. l 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 Page 2 of 4 Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE a Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal b PSUs and MSE 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 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 4
26. ll circuits shall be marked on DB with paint or metallic marker MCB DB Make Legrand Merlin Gerin Siemens 5 1 3 Following lighting arrangement to be provided inside the cabin i Decorative florescent 28 w T5 type with electronic ballast O1 no ii Decorative florescent 14 w O1 no iii Tube light 40 W 02 NOS iv Lights external Bulkhead type fitting with metal grid protection 1 No This fitting should be fitted in a recess space in the external wall 5 1 4 2 Two nos 15 5 amps switch 5 Pin socket and 1 One no 20 amps metal clad socket in the room shall be provided The sockets shall be mounted in metallic enclosures and have suitably rated MCBs as switches Matching plugs for the sockets should also be provided Make Legrand Merlin Gerin Siemens 5 1 5 Fans 4 four nos of wall mounted fans in each cabin shall be provided Wall mounted fans shall have 400 mm sweep and be equipped with in built speed regulator with OFF position Make Usha Compton Greaves Bajaj Orient Model Mist Air Ultra Mist Air ZX Usha Bajaj Midea BW 01 12 5 1 6 Two cabin earth points on the skid or body outside shall be provided diagonally for final termination of earth wires 5 1 7 One no earth electrode and 25 mm x 6 mm GI straps to be provided for earthing purpose The earthing scheme shall be as per IS 3043 6 0 SPECIFICATIONS OF MATERIALS ELECTRICAL 6 1 All wiring from MCB DB to switchboards points so
27. n Oil India Limited Warranty guarantee for the painting and quoting should be for two years against any failure rusting etc Bidder should confirm it along with quotation The offer taking exception to this will be rejected ANNEXURE II 1 Tentative DRAWING for the cabin and Checklist are attached herewith 2 Bidder must forward along with the quotation the detailed drawings amp specifications of proven design including each and every part main shell base frame skid flooring side amp end wall roof weather shed rain shed insulation inner paneling doors windows shelf etc failing which the offer will be liable for rejection 3 The successful bidder shall make final drawings of the cabin with constructional details to meet OIL s specifications requirements and shall submit the same for OIL s approval within 07 days time from the date of placement of firm order OIL will communicate the approval along with any changes modification if required and the Cabins shall be constructed as per approved drawing GENERAL NOTE 1 0 The Bunk House to be constructed as per the final drawing submitted based on drawing enclosed herewith and approved by OIL Page 7 of 8 2 0 Delivery being the essence of the tender bidder should indicate their best delivery schedule 3 0 Purchased order no amp WBS no should be weld written on each bunk house 4 0 User Department s Name and OIL logo should be written on eac
28. paint of reputed make as per IS The colour shade and grade will be decided at the time of inspection by representatives of OIL and the highest level of aesthetic should be maintained and necessary marking logo should be provided as per the advise of OIL 4 0 Specifications of Steel i Steel Load bearing members IS 4923 grade St 42 JIS G 3125 SPA H SAIL TATA ESSAR BABA PARAS ii Structural Steel I Beams Rolled sections IS 2062 SAIL TATA ESS AR BABA PARAS iii Side End walls amp Roof panels Corten A JIS G3125 SPA H SAILCOR IRSM 41 iv Square rectangular hollow sections IS 4923 SAIL TATA ESS AR BABA PARAS v Skid pipe size 142 mm NB X 9 5 mm W Thickness Schedule 80 Documentary evidence regarding the purchase of the above material is to be provided to OIL Page 3 of 8 during the time of inspection failing which the order is liable for rejection 5 0 ELECTRICAL SYSTEM 5 1 The following electrical items shall be provided in the Bunk House 5 1 1 One no 63 amp SPN Main Switch metallic enclosure with side handle shall be mounted outside the cabin provided with suitable shed for protection against rain Make Havells GE BCH Siemens 5 1 2 One no 8 way SPN MCB DB with 63 Amp 300 mA ELCB as incomer 6 nos 6 amps MCB and 2 nos 20 amps MCB as outgoing shall be provided inside the cabin All MCBs shall be 10 kA C curve DB shall be complete with 63 amps bus bars and shall be as per IP 21 A
29. ressed for rigidity to optimize strength to weight ratio 1 7 Weather Shed All door amp windows opening should be provided with weather shed suitable size with hook amp tie rod as indicated in the drawing The weather sheds should be made out of 3 mm thick MS sheet as per IS 1 8 Insulation 75 MM thick thermo cool mineral glass wool fiber glass resin bonded wool conforming to IS 8185 of 1976 and having R value 3 5 to 4 35 per inch should be provided on all side walls end walls roof with special weather proof adhesives This insulation should be hot proof fire retardant non hygroscopic and vermin proof and besides having excellent thermal efficiency and acoustic performance 1 9 Inner Paneling 12 mm ply plus 1 mm laminate Pre laminated boards should be screwed on the side wall on the internal Z sections square tubes All vertical amp horizontal corners should be neatly finished with aluminum anodized heavy gauge aluminum angles amp flats and the vertical joints of the panels should be mixed with decorative PVC bidding patties aluminum patties to match with the colour of panels to suit the aesthetic appearance The internal paneling of the roof should be of 6 mm pre laminated boards with aluminum anodized bidding patties The ceiling of the roof should be suspended from inside on suitable Z section angle framework Page 2 of 8 2 0 DOOR amp WINDOWS 2 1 DOOR Doors should be of 6 1 2 H x 3
30. ted 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
31. the offers Assam Entry Tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 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 SDI8488P16 Dtd 08 09 2015 Complied Not Complied Remarks if any Item No 1 DRILLING CREW CABIN Qty 02 Nos Annexure I SCOPE OF WORK The scope of work covers manufacture and supply of crew cabin having specified external dimensions complete with G I Rock wool insulation paneling electric fitting furniture and other equipments to provide office and accommodation for site personnel Housing containers shall be used as portable modules and shall be deployed at any place The scope of work covers all the points stated under various heads below The bunkhouse should be provided with suitable lifting and

Download Pdf Manuals

image

Related Search

Related Contents

User`s Manual  Clicca qui per scaricare il Manuale d`uso in formato pdf  

Copyright © All rights reserved.
Failed to retrieve file