Home
SDI8381P16 - Oil India Limited
Contents
1. ITEM NO 10 3200 AMPS 433 V AC AIR CIRCUIT BREAKER Qty 02 Nos 1 General Air circuit breaker ACB rated current 3200Amps 65KA sort circuit current rating for AC 50 60Hz low voltage electrical installation for voltage 433V should have the following general features a ACB shall be equipped with an inbuilt series trip unit that offers the appropriate level of protection performance to fit to the application All trip units could be proposed with versions that provide measurement and communication functions b ACB shall be available in withdrawable versions in 3 pole versions Mode of operation electrical or manual shall be as per BOM c It shall be possible to supply power either from the top or bottom side without reduction in performance d ACB shall have a rated operational voltage Ue of 433 V a rated insulation voltage Ui of 1000 V AC 50 60 Hz and arated impulse voltage Uimp of 12kV e ACB shall suitable for isolation according to IEC 60 947 1 and 2 for the rated insulation voltage of 1000 V and for the overvoltage category IV ACB shall be suitable for pollution category IV f The operating mechanism shall be of the Open Closed Open stored energy spring type The ACB shall be of 2 cycle Breaker i e total break time opening time plus arcing time shall be less than or equal to 40ms The closing time shall be less than or equal to 70 ms g A manually operated ACB shall be able
2. Adjustable Isd threshold settings from 1 5xIr to 10xIr Adjustable tsd time delay settings minimum5 iii Instantaneous protection Adjustable Ii threshold settings from 2xIn to 15xIn with an OFF position iv Ground fault protection GF Adjustable Ig threshold settings Adjustable tg time delay settings minimumS 4 3 Trip unit measurement function Measurements shall be i Currents amp Energy ii Voltage active power reactive power power factor energy Gii Accuracies of the entire measurement system including the sensors shall be Current 1 5 Voltage 0 5 Power and energy 2 iv Rogowski current transformers shall be used to ensure accurate measurements from low current up to high currents v For safety reason protection functions shall be electronically managed independently of measurement function by adedicated ASIC vi The accuracy shall be as per IEC 61557 12 for DD type Voltage and current sensors both shall be direct within the device v The measurements shall be displayed on the breaker itself and on a remote system in Ethernet communication In addition to these solutions it shall be possible to connect a remote display 5 Operating amp Maintenance 5 1 Maintenance The arc chutes shall be removable on site The main contacts shall be equipped with a visual wear indicator that may be accessed by removing the arc chutes for immediate assessment of contact wear without requiri
3. 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 A TECHNICAL 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 B COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI8381P16 Dtd 29 08 2015 Complied Not Complied Remarks if any
4. 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 Pact 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 Ple
5. Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered D as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted a Bidder should have experience of successfully executing single similar order of Rs 4 41 Lakhs during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 14 70 Lakhs Note Documentary evidence in respect of the above should be submitted in the form of copies of relevant Purchase Orders along with copies of any of the documents in respect of satisfactory execution of each of those Purchase Orders such as i Satisfactory Inspection Report OR ii Satisfactory Supply Completion Installation Report OR iii Consignee Receipted Delivery Challans OR iv Central Excise Gate Pass Tax Invoices issued under relevant rules of Central Excise VAT OR v any other documentary evidence that can substantiate the satisfactory execution of each of the purchase orders cited above For Annual financial turnover enclose the audited Annual Reports
6. 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 within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Performance Security The successful Bidder will have to provide Performance Security 10 of order value The Performance Security must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of despatch whichever is earlier The validity requirement _of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee shou
7. 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 Page 2 of 4 sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto 08 09 2015 or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE a Tender Fee may also be paid online upt
8. 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 Bids LCB through its e procurement portal https etender srm oilindia in irj portal for the following items Bid Closing Tender No Opening Date Item amp Qty SSI8141P16 DT 10 08 2015 MICRONIZED CALCIUM SINGLE a N BID 15 10 2015 CARBONATE 250 MT SSI8143P16 DT 10 08 2015 LEATHER SAFETY HAND SINGLE STAGE COMPOSITE BID 15 10 2015 GLOVES 25000PAIRS SYSTEM SSI8140P16 DT 10 08 2015 SINGLE STAGE COMPOSITE BID 15 10 2015 SILICA FLOUR 240MT SYSTEM SSI8298P16 DT 25 08 2015 SINGLE STAGE COMPOSITE BID 15 10 2015 CABLES SYSTEM SDI8381P16 DTD 29 08 2015 SINGLE STAGE COMPOSITE BID 15 10 2015 AIR CIRCUIT BREAKER SYSTEM SDI8353P16 DTD 28 08 2015 SINGLE STAGE COMPOSITE BID 15 10 2015 WINDOW AIRCONDITIONER SYSTEM Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Last date for submission of tender fee 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 wi
9. 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 All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on OIL 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
10. ase 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 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 da
11. ation may be arranged on chargeable basis subject to availability 10 Copy of electrical supervisor licence of the person who will carry out the installation amp commissioning of breakers to be submitted before start the job NOTE 1 Offer LT ACB should be of 3200Amps minimum 65KA Short Circuit Current ratting 433V 50Hz suitable to fit in the existing panels 2 Bidder should have a minimum 3 years experience as on bid closing date for supply installation and commissioning of minimum lno ACB in state central govt PSU public limited company Documentary evidence must be submitted for the same Page 5 of 6 3 Bidder must submit the test certificates for ACB along with offers for the following a Short time current withstand test b Temperature rise test 4 Material should be procured from the manufacturer or its authorised dealers only In case of authorised dealer for supply valid dealership certificate should be enclosed along with the offer otherwise offer will not be considered for evaluation of The bidder should have experience of successfully executing similar order i e supplying and commissioning of at least 1 one no of LT circuit breaker to Central Govt State Govt PSU in the last 3 years as on bid closing date Document copy to be provided otherwise offer shall be rejected 6 The panel should be a make of reputed make like Crompton Greaves Siemens ABB any other reputed brand 7 Technical catalog
12. f the trip unit is not installed iv Mechanical indicators on the front panel of Air circuit breakers shall indicate the following status conditions ON main contacts closed Spring charged ON main contacts closed Spring discharged OFF main contacts open Spring charged circuit breaker ready to close OFF main contacts open Spring charged circuit breaker not ready to close OFF main contacts open Spring discharged v ACB shall be equipped with anti pumping function If opening and closing orders occur simultaneously the circuit breaker shall remain in the open position After fault tripping or intentional opening using the manual or electrical controls the closing order must first be discontinued then reactivated to close the circuit breaker vi The drawout operation shall be possible through a closed door o Three positions of the moving part shall be possible Connected position all auxiliary and main circuits engaged Test position all auxiliary circuits engaged all main circuits disconnected Isolated position all circuits disconnected o The positions shall be clearly indicated and no intermediate position shall be possible o Each position shall be acknowledged before moving to a new position o The racking handle shall be stowed on the air circuit breaker in such a manner as to be accessible without defeating the door interlocking o The drawout mechanism shall be part
13. g diagram and dimension details for our approval Only after our approval in this regards the order should be executed Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 6 of 6 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 are 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
14. l 4P3D N 2 or fully protected neutral 4P4D ii The trip units shall not increase overall circuit breaker dimensions Gii All electronic components shall withstand temperatures up to 105 C iv Trip units shall be adjustable and it shall be possible to fit lead seals to prevent unauthorised access to the settings v Protection settings shall apply to all circuit breaker poles vi It shall be possible to adjust protections with a knob without any power supply or when the main is off vii Electronic trip unit shall include thermal memory for faster tripping for repeat overload viii It shall be possible to equip ACBs with an auxiliary contact signalizing an electrical fault operated by thetrip unit ix The following monitoring functions shall be integral parts of electronic trip units o 1 LED for load indication lighted above 105 of Ir o a test connector shall be installed for checks on electronic and tripping mechanism operation using an external device 4 2 Trip unit protection functions ACB shall be equipped with a trip unit that offers the appropriate level of performance to fit to the application 4 2 1 Selective protection amp Ground fault LSIG with energy measurement These trip units shall offer Page 3 of 6 i Long time protection Adjustable Ir threshold settings from 40 to 100 of the trip unit rating Adjustable tr time delay settings minimum 5 ii Short time protection
15. ld be allowed to be encashed at all branches within India The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered All the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name e commerce application as per Indian IT Act Page 2 of 3 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 Vili 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
16. ll 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 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 SDI8381P16 Dtd 29 08 2015 Tender Fee Rs 1 000 00 Bid Security Amount 14 700 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 Air Circuit Breaker Qty 02 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
17. ng measurements or specific tools 5 2 Operating assistance function i Electronic trip units with measurement and communication capability shall offer operating assistance function o 10 trips history Fault type date and time o Pre alarm o Trip and pre alarm could activate relay output s ii Theses functions and indicators shall be available on the display by communication or setting PC tool 5 3 Maintenance indicators Electronic trip units with measurement and communication capability shall offer maintenance indicators Operation and trip counters Operating hours counter Load profile Theses functions and indicators shall be available by communication or PC tool Page 4 of 6 5 4 Commissioning and operating tool A test connector shall be installed for checks on electronic and tripping mechanism operation using an external dedicated tool A software tool available for all electronic trip unit shall be provided To visualize and configure trip unit parameters To create and save setting files To display tripping curve To set time and date To display tripping and alarms histories 6 Functions and characteristics The Micrologic P control unit calculates in real time all the electrical values V A W VAR VA Wh VARh VAh Hz power factors and cosj factors The Micrologic P control unit also calculates demand current and demand power over an adjustable time period Each measurement is a
18. o 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 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 owne
19. 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 10 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd R BARMAN SR MANAGER MATERIALS IP FOR HEAD MATERIALS Page 4 of 4 Annexure CCC Tender No amp Date SDI8381P16 Dtd 29 08 2015 BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Com
20. of the fixed frame to reduce the weight of withdrawable part vii A door interlock shall be provided so that it shall not be possible to open the door until the air circuit breaker moving part is in the disconnected position viii Insulated safety shutters shall be provided over the incoming and outgoing main circuits and over the auxiliary circuits An interlocking shall be provided to prevent insertion of a circuit breaker having a rating higher than the current rating of the fixed part into that fixed part ix In electronic trip units protection functions shall be electronically managed independently of measurement and communication function by a dedicated ASIC 3 2 Breaking capacity durability discrimination i The ACB breaking capacity performance certificates shall be available for category B according to IEC 60947 2 standards The test shall be carried out with a breaking performance during operation Ics and admissible short time withstand Icw for 1 sec equal to the ultimate breaking capacity Icu up to 655kA 433V i ACB s manufacturer shall provide selectivity and coordination tables with other devices Page 2 of 6 such as other ACB ACBs switches etc in the outgoings iii Mechanical durability without maintenance shall be at least 10000 operations upto 4000A amp 5000 for more Electrical durability without maintenance at full load at 433V shall be 5000 operations upto 4000A and 1000 for mo
21. plied Remarks if any 1 0 BID REJECTION CRITERIA BRC A TECHNICAL 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 B COMMERCIAL i ii Validity of the bid shall be minimum 120 days from the Bid Closing Date Bid security The bid must be accompanied by Bid Security of Rs 14 700 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 15 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 Page 1 of 3 iii iv v vi vii 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
22. re 3 3 Auxiliaries and accessories 3 3 1 Generals i All electrical auxiliaries including the motor spring charging mechanism shall be field adaptable They shall be fitted into a compartment which under normally loaded conditions has no metalwork energized from the main poles exposed with it ii Any adaptation carried out shall not increase the breaker overall dimensions iii It shall be possible to connect all auxiliary wiring from the front face of the air circuit breaker this wiring shall be taken through a set of disconnecting contacts so that all auxiliary wiring is automatically disconnected in the isolated position iv ACB rack in rack out handle shall be stored within the breaker 3 3 2 Remote operation i Coils o The breaker could be equipped with one closing release one shunt opening release one additional shunt or undervoltage opening release as per scheme requirement o Coils shall be designed for continuous duty Communicable coils may be of impulse duty o Voltage release auxiliary power supply DC 24 10 V ii Electric motor for spring charge o Motor auxiliary power supply AC 230 10 V o Charging time lt 5sec 4 Protections requirements 4 1 General i The ACB shall be available in 4 pole neutral protection versions On 4 pole circuit breakers a 3 position switch shall be provided to set neutral protection to any of the following levels unprotected neutral 4P3D half protected neutra
23. rship 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 Page 3 of 4 8 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 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
24. ssociated with a minimeter and a maximeter In the event of tripping on a fault the interrupted current is stored The optional external power supply makes it possible to display the value with the circuit breaker open or not supplied 7 Environment The manufacturer shall provide product environmental profile of the ACB The manufacturer shall provide instructions on the removal dismantling and processing of circuit breaker materials at the end of service life Item No 20 Installation amp Commissioning of Item No 10 Qty AU A To commission the Air Circuit Breakers at site as per user requirement Any materials required for installation amp commissioning of panel will be arranged and provided by party B Jobs 1 Installation and fixing including grouting of the supplied ACBs at existing panel in site 2 Wiring for 24V DC arrangement to be made from existing DC network for control voltage and necessry connections to breakers 3 Checking of various relays meters and other provided in control and relay panel of breakers 4 All necessary connections for breakers to be done by party 5 Energization of the ACBs and testing of ACBs at no load condition to be done at site 6 Testing of panels breakers in full load condition including simulation of faults with available loads 7 Submission of testing and commissioning reports 8 Necessary help suggestion for installation to be provided by supplier 9 Accomod
25. te of submission
26. to be converted to electrically operated easily at site by adding the motor mechanism and terminal connector 2 Compliance with Standards General features operating charracteristics dielectric properties tripping system category for rated voltage class of insulation accuracy class and climatic withstand should be as per following standards a IS AEC 60947 1 amp 2 Low voltage Switchgear and control gear b IEC 60947 2 annex B Circuit Breaker incorporating residual current protection c IEC 60947 2 annex F Additional tests for circuit breakers with electronic over current protection d IEC 60664 1 Insulation coordination for equipment within low voltage systems Part 1 Principles requirements and tests e IEC 61000 4 1 Electromagnetic compatibility EMC Testing and measurement techniques Page tof6 f IEC 61557 12 Combined performance measuring and monitoring devices for electrical parameters g IEC 60068 2 Environmental testing 3 Circuit Breaker Design 3 1 Safety For maximum safety i Air circuit breakers main contact shall be encased in a reinforced polyester casing and offer double insulation from the operators on the breaker front face i Air circuit breakers shall be equipped with metal filters to reduce effects perceptible from the outside during current iii The circuit breaker shall be equipped with a safety interlock which keeps the circuit breaker open i
27. ues leaflet operation and maintenance manual of panel should be submitted along with the offer otherwise the offer will be rejected 8 Bidder should visit the site before quoating to know the existing panel condition and it s size where supplied new ACB will be retrofitted Supplied new ACB should be compatible to existing panel 9 Replacement of front door of existing panel including module is the scope of bidder 10 Make Schneider CG Siemens Any other reputed make 11 Complete Installation and Commissioning of subpplied new ACBs in existing panel is the scope of bidder Removing of existing breaker from panel is also the scope of bidder 12 The panel should be guaranteed for minimum one year period from the date of commissioning or 18 months from the date of supply Guarantee certificate should be supplied along with the material 13 FOR Moran 14 All protection features like O C E F and metering facilities for voltage current to be available in the offer Indicating light should be of LED type 15 Packing should be adequate to avoid transit damage and ingress of water 16 In case of order 3 Three sets of maintenance and opearating manuals should be supplied along with the material and also to trained our employees by manufacturer engineer about the maintenance and operating of material in OIL workshop 17 After receipt of order and within 30 days then after the party must submit general arrangement schematic diagram wirin
Download Pdf Manuals
Related Search
Related Contents
Release Notes - Wyse Technology Lutte contre le frelon asiatique : mode d`emploi sur le territoire de 取扱説明書等(1) - アイ・オー・データ機器 Samsung NX300M Käyttöopas Instrukcja obsługi Porter-Cable 352VS Sander User Manual Copyright © All rights reserved.
Failed to retrieve file