Home

PO Duliajan-786602, Assam, India E-mail

image

Contents

1. 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to come to an agreement to their original intensions R BARMAN SR MANAGER MATERIALS IP smmmmmsmesmemmemmmmmme For the Principal For the Bidder Contractor Place Duliajan Witness 1 I cicesssacnsincececcetessntees Date 26 11 2015 Witness 2 mnrnnnnnnnnnnnrnnnnnnnnnnne Page 5 of 5 Technical Bid Checklist Bidder s Name SL NO BEC TENDER REQUIREMENTS Bidder to confirm that he has not taken any exception deviations to the bid document 1 2 Confirm that the product offered strictly conform to the technical specifications Annexure EEE Compliance by Bidder Indicate Confirmed Not Indicate Corresponding page ref of Confirmed Not applicable unpriced bid or Comments Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money 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 all relevant fields in the on line bidding format have been filled in by the bidder for the items quoted by them Confirm that the the price bid is in conformity with OIL s online bidding format Confirm that the Bid comply with all th
2. Combination Pliers 200mm 87 Olper set 01 Set 20 Long Nose Plier 150mm 01per set Ol Set 21 Circlip Plier Straight Tip internal Circlip puller Length 175mm 7 O1 Set Ol per set 22 Circlip Plier Bent Tip external Circlip puller Length 175mm 7 Olper O1 Set set 23 Center Punch Forged tool Steel hardened amp tampered 6mm X 100mm O1 Set 1 4 X 4 01 per set 24 Ball Pen Hammer Head length 355mm 14 16 OZ 01 per set 01 Set 25 Soft Face Polymer Hammer Head 25mm 01 per set 01 Set 26 Feeler Gauge 25 Blades 300mm Long in Metric amp Inch 01 each per set Ol Set 27 Measuring Tape 5Mtrs metallic Auto retractable 01 per set Ol Set 28 Tin snips Drop forged carbon steel hardened amp tempered Size 300mm O1 Set 12 01 each per set 29 Thread Gauge BSW Metric UNC UNF 01 each per set 01 Set 30 Screw Extractor Set Hexagonal Head 3mm to 18mm 1 8 to 4 Ol per 01 Set set 31 Spirit Level ABS Plastic 3vials horizontal plumb amp 45 01 per set Ol Set 32 Cold Chisel Forged Chrome Vanadium steel hardened quenched amp O1 Set tempered 12mm X 150mm amp 25mm X 150mm Oleach per set Note 1 All the above tools should be Stanley Snap on Baum make 2 All the above tools must be supplied in a heavy duty 3 5 tray metal box with handles amp locking arrangement 3 Price of above should include in the main item 4 Bidder to show the pri
3. c Control Panels 2 nos One for each alternator d Change Over Switch Panel 1 no e Isolation Transformer 30 KVA rated 415V 415V ratio I no f Earthing Materials 1 Set 1 1 Miscellaneous Equipment Cables of various sizes lugs GI straps Industrial type Plug sockets etc and any other material required to build install and commission the system 1 2 Drawings a Schematic drawings hard copy 5 set Page 2 of 14 b Schematic drawings soft copy 1 set Above items should be designed to be mounted on one common skid C ALTERNATOR 1 0 Brushless type alternator of 30 KVA rating capable of developing 30 KVA at 3 phase 415 Volt 0 8 P F when coupled with a water cooled engine amp running at 1500 rpm under NTP conditions The brushless alternator shall be composed of 3 phase AC exciter with rotating diodes surge suppressor static voltage regulator with voltage adjuster potentiometer main field windings and stator windings PIV of exciter diodes must be minimum 6 times the maximum exciter armature operating voltage or 1200 V whichever is higher All windings should be made from electrolytic grade copper of high purity 1 1 The alternator shall be of the following makes STAMFORD Kirloskar NGEF Crompton Greaves AVK SEGC 1 2 Detailed Specifications of the Alternator SI No Item Description Requirement 1 Rated Output 30 KVA continuous rating at 0 8 PF at specified ambient 2 Ra
4. 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 R BARMAN SR MANAGER MATERIALS IP FOR HEAD MATERIALS Page 6 of 6 TENDER NO SDI9323P16 DT 24 11 2015 Annexure CCC BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria 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
5. with 0 2 to 0 7 sec recovery Transient response time when rated load is suddenly switched on 21 Automatic voltage 0 5 to 1 0 from no load to full regulation load 22 Mounting Foot Mounted Note Neutral Conductor is not to be used There will be no single phase load supplied directly from the alternator All single phase loads and loads requiring neutral will be supplied from the isolation transformer 1 3 Special Notes Alternator a No of alternator bearings should be clearly mentioned in the offer b The alternator should be capable of sustaining a 10 over load for one hour in any 12 hours operation c The alternator shall be designed to withstand a speed of 1 2 times the rated speed d The alternator should be capable of continuous operation over a range of 110 of rated voltage e Bidder shall mention efficiency of the alternator at 25 50 amp 80 load at 0 8 P F in their offer f Bidder should confirm that total harmonic distortion factor should be less than 3 between phases at no load g Bidder to confirm the frame size of the offered alternator 1 4 Technical Details a Alternator stator winding terminals are to be connected to 4 nos of suitably rated terminals supported on sheet moulding compound SMC supports inside the alternator terminal box b The alternator terminal box should be suitable amp should have sufficient space for terminating Ino 4 core x 10 sq mm 1100V grade PVC in
6. 1 3 02 two sets of wiring diagram for the control panel and all inter connecting power and control wiring drawing between the alternator control panel and changeover switch shall be Page 12 of 14 provided for each generating set 1 4 Successful bidder will be provided approved drawings of electrical instrumentation mechanical along with the P O Manufacturer should follow the drawings amp assemble the final product accordingly O INSPECTION AND TESTS 1 1 The inspection of plant and machineries prior during manufacturing is at OIL s discretion but such inspection shall not relieve the supplier of his responsibility to ensure that the equipment supplied is free from all manufacturing and other defects and conforms to correct specifications Supplier will be notified in advance if it is intended to inspect plant amp machineries 1 2 Pre dispatch inspection of all the sets shall be carried out by OIL s representative at the works of manufacturer Full load testing of the generator sets for output and performance shall be carried out in presence of OIL s representatives to their satisfaction Supplier manufacturer shall intimate OIL at least 3weeks in advance and accordingly arrange for inspection at their site 1 3 Despatch clearance will not be given unless OIL is fully satisfied as regards manufacturing to order specifications and successful testing P TEST CERTIFICATES Detailed records and certificates of
7. The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his 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
8. enclosure Each strap will have one no of zinc coated terminal stud of 10mm dia provided at end of the straps for connection to earth electrodes Two nos of earthing cables of size amp type mentioned in point no 3 above and individual length of 5 0 mtr shall be provided and connected to these two straps for external earthing The free ends of these cables shall be crimped with heavy duty aluminum tubular lugs Suitable openings shall be provided in the side of the enclosures to facilitate the entry of outgoing power cable and earth leads H CABLE BOX One no Cable box with lockable covers shall be provided on the same skid for storage of loose power cables during shifting of the DGsets from location to location Cable box shall be made of MS sheet of 4mm thickness Cable box shall be painted with 2 coats of antirust paint followed by 3 coats of light grey paint shade no 631 of IS 5 Approximate Dimension of cable box with hinged covers 2000mm L x 500mm W x 500mm H I Special Notes Electrical Items 1 0 Offered alternator should be of proven design model The model shall be in regular production range 1 1 Alternators control panels and other electrical items must be new and in unused condition No reconstructed rebuilt item will be acceptable 1 2 Bidder shall submit the following information along with the offer failing which offer is liable for rejection a Frame size of the offered alternator b Detaile
9. the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated 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 in the 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 T
10. Please tick mark Yes or No to the following question in the right hand column 1 WHETHER QUOTED AS OEM OF ENGINE AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED YES NO 2 WHETHER QUOTED AS OEM OF ALTERNATOR AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED YES NO 3 WHETHER QUOTED AS AUTHORISED DEALER OF OEM ENGINE ALTERNATOR AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED YES NO 4 WHETHER QUOTED AS OEM APPROVED ASSEMBLER YES NO 5 WHETHER SEPARATELY HIGHLIGHTED ANY DEVIATION FROM THE TECHNICAL SPCIFICATION YES NO 6 WHETHER DETAILED SPECIFICATIONS OF ENGINE ALTERNATOR WITH MANUFACTURER S TECHNICAL LITERATURE CATALOGUE ENCLOSED WITH THE OFFER YES NO 7 WHETHER TYPE APPROVAL AND CONFORMITY OF PRODUCTION TESTS CERTIFICATE OF ENGINE PROVIDED ALONG WITH THE OFFER YES NO 8 WHETHER TEST CERTIFICATE OF ALTERNATOR amp CONTROL PANEL WILL BE SUBMITED ALONG WITH THE SUPPLY YES NO 9 WHETHER SPARE PARTS FOR 10 YEARS SHALL BE AVAILABLE YES NO 10 WHETHER INDICATIVE POWER AND WIRING DIAGRAM OF ALTERNATOR CONTROL PANEL SUBMITTED YES NO 11 WHETHER GENERAL ASSEMBLY DRAWING OF CONTROL PANEL SUBMITTED YES NO 12 WHETHER CONFIRMED CONTROL PANEL DRAWING SHALL BE APPROVED BY OIL BEFORE MANUFACTURING IN THE EVENT OF PLACEMENT OF ORDER YES NO 13 WHETHER OFFERED ENGINE IS RATED FOR CONTINUOUS DUTY YES NO 14 WHETHER THE ENGINE IS WATER COOLED VERTICAL IN LINE FOUR STROKE DIESEL ENGINE HAVING IN LINE FUEL
11. 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 within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Page 2 of 5 iii iv v vi vii viii ix x 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 procedur
12. and should the occasion arise submit proposals for correcting problematic situations 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed Page 4 of 5 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 If the Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members
13. and PVC sheathed 1100 V grade armoured stranded ISI approved copper cable of suitable size Cable is to be connected using copper lugs make NICCO CCI Finolex Havells iv Heavy duty single compression cable glands shall be provided at all cable entries for power and control cables Cable glands shall also be provided for the outgoing power cable All cable Page 7 of 14 glands to be supplied by the party make Baliga GMI Dowells v All power and control cable terminal ends will have suitable heavy duty crimping lugs make Dowells vi All cables having exposed runs inside the skid shall be provided with mechanical protection in their run to prevent physical damage to the cables vii Control cables shall be placed inside suitably designed PVC cable ducts with removable snap fit covers E CHANGEOVER SWITCH PANEL The control panel outputs shall be connected to a changeover switch panel which will be placed in an easily approachable position in the skid inside the acoustic enclosure The panel shall be made of 2 mm thick MS CRCA sheet steel wall mountable or self supporting dust and vermin proof having front hinged door Detachable gland plate is to be provided for incoming and outgoing cables Suitable size of cable gland are to be provided at cable entry point of the COS panel Panel shall be IP23 protected Panel shall have provision for earthing at two points COS panel shall be painted with 2 coats o
14. despatch 10 after receipt Priced Bid files Created C Created B Last Processed C Last Processed B Details Send E Mail Call Clear Function Number Name 5 The table does not contain any data Valid fr 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 RFx Response Number 60006452 RFx Number TEST2 Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Respqnse Version Number 2 RFx Version Number 5 Adda Clear Assigned To Category Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version Processor i E The table does not contain any data Note The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and n
15. make GE iii 1 No 100 Amps 4 pole MCCB 25 kA breaking capacity with inbuilt electronic type adjustable overload amp short circuit protection as outgoing breaker 240 VAC shunt trip coil is required for external tripping MCCB shall be suitable for operation from outside with door interlocking facility to ensure that the door can be opened only when the MCCB is in the OFF position Overload should be adjustable from 50 to 100 and short circuit setting should be also adjustable from 1 5 to 5 MCCB shall trip on both OL amp SC faults and earth leakage faults Make Legrand Schneider Equivalent iv 1 No residual current device RCBO with OL amp SC protection or CBCT along with earth leakage relay for protection against earth leakage should be provided Relay adjustable settings 0 1 0 3 1 0 3 0 10 0 Amps instantaneous or adjustable 0 06 0 1 0 3 1 0 5 0 seconds in steps In case of earth leakage fault the relay should trip the MCCB through shunt trip coil The CBCT ID 80 mm size should be such that relay do not trip during short circuit due to saturation Similar to Cat No 26093 26091 of Legrand make Legrand Schneider v The NGR and NGR Monitor may be mounted inside the COS Panel as per design adopted However all design has to be approved by OIL before manufacture vi 1 no KWH meter integrating electronic type suitable for balanced and unbalanced loads C T operated 3 ph 4 wires make Alsthom L amp T
16. panel amp visible from outside through a glass window b Bidder has to justify the selection of particular engine along with the H P c Bidder should provide heat load amp fuel consumption curve along with the offer d Bidder must provide documentary evidence in connection with the Emission Limits of Genset The engine model offered must have valid Certificate of Type Approval and Certificate of Conformity of Production for the engine model being manufactured after the effective date with the emission limit as notified in the Environment Protection Amendment Rule 6 of the GSR 771 E dated 11th Dec 2013 and its amendment vide GSR 232 E dated 31st Mar 2014 e The exhaust piping inside the acoustic enclosure shall be lagged 1 3 Maintenance Tools a 05 five sets of standard tool kit should be supplied in heavy duty 3 5 tray metal box with handles amp locking arrangement for carrying out maintenance of engine as per Annexure II in the attached list b Bidder should quote unit quantity set no of each item of the tools as per Annexure II The cost of tools will be considered for bid evaluation However OIL reserves the right to decide the item amp quantity of tools for procurement along with the main equipment B ELECTRICAL The electrical scope of supply shall comprise of the following 1 0 Major equipment a Alternator 30 kVA rated 2 nos b NGR with NGR Monitor 1 or 2 nos depending on NGR system design
17. should be able to withstand the stress and vibration Page 5 of 14 during transportation c Panels should be thoroughly cleaned before painting Metal surfaces should be given seven tank anti corrosion treatment before applying 2 coats of antirust paint followed by 3 coats of light grey paint shade no 631 of IS 5 of 50u thick d Salient Points i Panel shall be minimum IP 23 protected Panel shall have provision for earthing at two separate points ii AVR of the alternator shall be mounted inside the control panel with vibration proof supports iii Name plate of the control panel shall conspicuously mention the corresponding DG Set 1 1 Accessories of the Panel a Main Components Mounted Inside the Panel i The control panel shall have one set of TP amp N electrolytic grade high conductivity tinned copper bus bars made from electrolytic grade copper of 99 0 purity rated 100 Amps and supported at required intervals to withstand short circuit fault levels up to 10 kA for 3 seconds Bus bar support shall be non hygroscope SMC FRP and the bus bar shall be insulated with heat shrinkable PVC sleeves Incoming and outgoing power cable shall terminate on tinned copper links rated for 100 Amps ii 1 No 125 Amps TP amp N Neutral bus to have removable link with bolt SDF unit as incomer fitted with 63 Amps HRC fuse The SDF unit will be suitable for operation from outside the panel door similar to type SP
18. 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 The bids must conform to the specifications terms and conditions given in the NIT Bid shall be rejected in case the items offered do not conform to the parameters stipulated in the technical specifications and to the national international standards i Twin Generating set having water cooled vertical in line four stroke diesel engine coupled with alternator amp capable of developing minimum 37bhp at 1500rpm and drive the alternator to generate minimum 24 KW 30 kVA power at site condition The twin D G set should be mounted on an oil field type rugged skid with common acoustic enclosure il The offered Diesel Generating Set with acoustic enclosure should conform to the emission and noise norms as per latest MOEF CPCB II guidelines for DG sets capacity upto 1000k VA The bidder must confirm in their offer to provide necessary certificate along with the supply lil The bidder should be an OEM or an authorised dealer of OEM for engine or an assembler for Generating set having authorization from the OEM of the engine to assemble Generating set of minimum capacity of 30kVA Documentary evidence towards dealership certificate authorisation certifi
19. vii 3 nos Bar Primary Resin cast CT of 65 5 ratio 15 VA class 1 conforming to IS 2705 3 nos for ammeter and KW meter make AEL Kappa Page 6 of 14 viii Auxiliary Relay Contactor 240 AC with some spare contacts Quantity should be as per the control circuit requirement make L amp T Siemens Schneider ix HRC instrument fuse holders NS type phenol moulded with suitable fuses amp links for different circuits Separate fuses and neutral links should be provided for control circuit indicating system lamps instruments tripping circuits and acoustic enclosure hut illumination fittings and power outlets make GE x Terminal strips for terminating the AVR cable from Alternator b Instruments and Switches Mounted on front hinged door i I No M I Voltmeter 1 0 accuracy 96 sq mm 0 to 600 VAC make AEL Rishabh ii 1 No Voltmeter selector switch RY YB BR Off make Kaycee L amp T iii 1 No M I Ammeter 1 0 accuracy 96 sq mm 0 65 200 AAC C T operated make AEL Rishabh iv 1 No Ammeter selector switch R Y B Off make Kaycee L amp T v 1 No Digital frequency meter 96 x 96 mm scaled 0 100 Hz suitable for 240V AC operation make AEL Rishabh Instruments vi 1 No P F Range 0 5 lag 1 0 0 5 lead make AEL Rishabh vii 1 No M I KW meter Dynamometer type 3 ph 3 element 96 sq mm 1 0 accuracy 0 50 KW make AEL Rishabh viii 1 No Hour meter to indicate
20. 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 SDI9323P16 DT 24 11 2016 21 01 2016 30KVA WATER COOLED DIESEL SINGLE STAGE TWO BID SYSTEM ENGINEDRIVENSENERATING SET SDI9240P16 DT 13 11 2016 21 01 2016 PRE FABRICATED LABORATORY 02 NOS SINGLE STAGE COMPOSITE BID AND SYSTEM CHEMICAL GODOWN 02 NOS SDI9310P16 DT 23 11 2016 21 01 2016 AC BUNK HOUSE 03 NOS SINGLE STAGE COMPOSITE BID SYSTEM SDI9311P16 DT 23 11 2015 21 01 2016 AC BUNK HOUSE 01 NOS SINGLE STAGE COMPOSITE BID SYSTEM 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 a
21. L 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 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 Page 3 of 6 Display RFx Response Edt Print Preview Technical RFx Response Ciosel wihdray vd RFx Response Number 60006452 RFx Number TEST2 Status Submittg Commercial Unpriced Bid RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Go to this Tab Technical RFx Response for Uploading Techno fea tems Notes and Attachments Conditions Service and Delive Event Parameters Currency Indian Rupee j Incoter Detailed Price Information Price with Condilio Go to this Tab Notes and Attachments for Uploading and Statist Terms of Payment 9010 90 against
22. PUMP AND GOVERNOR CLASS A1 YES NO 15 WHETHER THE OFFERED ENGINE CONFROM EITHER TO IS 10 000 ISO 3046 ISO 8528 DIN 6271 BS 5514 OR LATER SPECIFICATION YES NO 16 WHETHER THE ENGINE IS OF REPUTED MAKE MANUFACTURED IN INDIA YES NO 17 WHETHER THE OFFERED DIESEL GENERATING SET CONFORM TO THE EMISSION AND NOISE NORMS AS PER LATEST MOEF CPCB I GUIDELINES FOR DG SETS CAPACITY UPTO 1000KVA YES NO 18 WHETHER THE BIDDER HAVE THE CREDENTIAL OF SUCCESSFULLY EXECUTING SIMILAR ORDER FOR A MINIMUM OF RS 15 53 900 10 RUPEES FIFTEEN LAKHS FIFTY THREE THOUSAND NINE HUNDRED amp TEN PAISA WORTH OF SINGLE ORDER TO ANY REPUTED GOVT ORGANIZATION PSU S CENTRAL GOVT OR PUBLIC LIMITED COMPANY UNDERTAKING DURING THE LAST 3 YEARS PRECEDING FROM THE BID CLOSING DATE OF TENDER YES NO 19 WHETHER THE BIDDER CONFIRMS THAT THE MANDATORY SPARES FOR BOTH ENGINE AND ALTERNATOR WILL BE SUPPLIRD ALONG WITH THE ITEM YES NO 20 WHETHER THE BIDDER HAS PROVIDED INDIVIDUAL PRICE FOR EACH SPARE PART YES NO 21 WHETHER GENERAL ASSEMBLY DRAWING OF GENERATING SET SUBMITTED YES NO 22 WHETHER THE BIDDER HAVE SUBMITTED TECHNICAL CHECK LIST ALONG WITH THEIR OFFER YES NO LIST OF TOOLS ANNEXURE II Sr Description of Item Qty DG No Set 1 Open Jaw Double Ended Spanner set in Metric amp Inch 13P C per each set Ol Set 2 Double Ended Ring S
23. S 5514 or latest The twin D G set should be mounted on an oil field type rugged skid with common acoustic enclosure Bidder must provide the detail electrical electronic engine safety control system circuit diagrams drawing of oil field type skid details of acoustic enclosure and schematic diagram of D G set along with the offer Technical details including accessories of the generating set are mentioned in Annexure I as follows A DIESEL ENGINE 1 0 Water cooled vertical in line four stroke diesel engine capable of developing minimum 37 BHP at 1500 rpm to drive the alternator having in line fuel pump governing class A1 Electronic governor etc under the conditions of max 45 C atmospheric temperature altitude not exceeding 150 meter above MSL maximum relative humidity 95 at 35 C and as per latest CPCB II norms The engine should be suitable for continuous duty amp capable of developing 10 in excess of its rated output at its rated speed for a period of I hour in any period of 12 hours continuous running without undue heating or any other mechanical trouble The engine should be anti clockwise while looking from the flywheel end and should conform to IS 10000 or BS 3514 or latest 1 1 The engine should comprise of the following standard accessories a Flywheel and flywheel housing b Fuel lube oil amp air filter c Instrument panel board should have the following gauges i Fuel amp lube oil pressure gauge ii Water
24. ame the file under Description Assigned to General Data and clock on OK to save the File 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 Page 4 of 6 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 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 6 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furn
25. amp lube oil temperature gauge iii Amp meter amp tachometer iv Fuel gauge d Engine safety controls High water temp low lube oil pressure and over speed e 12 volt electric starting system preferably LUCAS TVS make comprising of starter charging alternator and starting ring gear fitted with the flywheel f Maintenance Free 12V 100Ah min Exide make battery for each engine Page Lot 14 g Radiator with water pump h Safety guard for coupling and other moving components i Ino Fuel tank common for both engines of capacity 200litre must be provided to run the genset continuously for 12 hours The base frame mounted HSD tank should have the provision of external HSD filling port with theft proof arrangement j Exhaust silencer with spark arrestor muffler to be provided inside the canopy but in a separate chamber Residential type k Guard for all moving parts of the engine such as W pump belt charging alternator belt etc I The common base frame skid of the Engine amp Alternator must be fabricated out of ISMC100 with lifting arrangement amp properly bolted with the master skid of the Genset Any item point not included in the above specification but necessary for operation shall be stated by the bidder 1 2 Special Notes Engine a All the gauges of engine and alternator output current voltage frequency water coolant temp lube oil pressure rpm etc should be mounted on a multifunction
26. bove website and e portal to keep themselves updated OIL INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email Ranjan_barman oilindia in erp mmOoilindia in FORWARDING LETTER Tender No SDI9323P16 DT 24 11 2015 Tender Fee Rs 1 000 00 Bid Security Amount Applicable 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 30 KVA WATER COOLED DIESEL ENGINE DRIVEN GENERATING SET QTY 05 NOS through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a For technical support on various matters viz Online registration of vendors Resetting of Passwords submission of online bids etc vendors should contact OIL s ERP MM Deptt at following Tel Nos 0374 2807171 0374 2807192 Email id erp_mm oilindia in b OIL s office timings are as belo
27. cate Page 1 of 5 must be submitted along with the offer iv The engine should be of Indian make The bidder must have the credential of supplying minimum Rs28 5 Lakhs Rupees Twenty Lakhs Fifty Thousand Only worth of single order to any Govt Organization PSU s Central Govt Public Limited Company for 30kVA or higher capacity Genset amp successfully executed the order during the last 3 three years preceding from the Bid Closing Date of the tender Bidder must provide the following documents as credential along with the offer a P O copy of minimum value amp organizations as stated above b Supply Invoice Commissioning report Offer without relevant documents shall be summarily rejected B COMMERCIAL i Validity of the bid shall be minimum 120 days from the Bid Closing Date ii Bid security The bid must be accompanied by Bid Security of Rs 95 300 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 Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the
28. ce of the above tools separately in Annexure II to price bid as note amp attatchment TECHNICAL CHECK LIST ANNEXURE III Part I TECHNICAL The following check list must be completed and returned with the offer Please ensure that all these points are covered in your offer These will ensure that your offer is properly evaluated Please indicate details or Yes No as applicable to the following question in the right hand column BIDDER S S REMARKS IF No PARAMETERS REQUIREMENTS Jes ia yes no as applicable Whether quoted as OEM Authorized dealer of OEM 1 Whether documentary evidences submitted Whether separately highlighted deviation 2 from the technical specification Whether a detailed specification of Engine Alternator etc as per NIT 3 specifications with manufacturer s technical literature catalogue enclosed Whether test certificate of the Engine 4 Alternator Panel Acoustic Enclosure etc will be submitted Whether Installation commissioning of 5 the Genset offered as per NIT specifications Whether spare parts for 10 years shall be 6 available Whether indicative power amp wiring diagram of Alternator Control Panel and electronic safety control system submitted Whether Engine offered is rated for 8 continuous power amp net HP is min 37HP Whether the twin Genset will have 9 common acoustic enclosure Whether general arrangement draw
29. d dimensional GA drawings of the offered alternators control and COS panel c Electrical Schematic and Indicative power and control wiring diagram d Detailed information and schematic diagram about the NGR system employed e Detailed information about the Isolation transformer f Component layout diagram Page 9 of 14 g Bill of Materials catalogue and datasheets of all the components used 1 3 In case of the successful bidder OIL shall study the submitted drawings and incorporate modifications corrections if required which shall be conveyed to the bidder The bidder shall incorporate the modifications corrections in the revised drawings and submit the same to OIL for approval Only after getting due approval of final revised drawings from OIL the bidder manufacturer shall proceed for manufacturing assembly of the panels 1 4 Bidder should confirm in their offer that after successful commissioning of the equipment 4 four sets of AS BUILT electrical drawings of the panels and all electrical power and control wiring diagram inside the skid will be provided in hard copy as well as in soft copy Also Electrical drawings shall be fixed on the panel door for each panel J GEN SET INSTRUMENTATION Bidder must comply to the following points in connection with the instrumentation electronic parts system components fitted with the engine alternator panel etc a Details of Electronics amp Engine Safety Co
30. e 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 Performance Security The successful Bidder will have to provide Performance Security 10 of total cost of Equipment 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 should 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 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 Digital
31. e 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 DOCUMENT Wherever Applicable CONFIRM THAT YOU 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 Confirm that you have submitted Name and Full Address of Issuing Bank including Telephone Fax Nos and Email id of branch manager where Bid security has been submitted as Bank Guarantee NOTE Please fill up the greyed cells only Response Sheet Annexure FFF Bidders Name Bidders Response Sheet Offered Validity of Bid as per NIT Delivery Period in weeks from placement of order Complied to Payment terms of NIT if applicable otherwise to Standard Payment Terms of OIL or not Bid Security Submitted if applicable a Bid Security Amount In Rs SINo Remarks 1 1 See 2 O Po 8 Hmmm mA OG de He 6 8 O 10 FE Details of Bid Security Submitted to OIL if applicable HE b Bid Security Valid upto O B O 15 FET Do E If Bid security submitted as Bank Guarantee Name and Full Address of Issuing Bank including Telephone Fax Nos and Email id of branch ma
32. engine run hours make AEL Rishabh ix Control panel should have following indication lamps mounted on panel front door Trip on earth fault Set running R Y B Phase indication All lamps shall be of LED type with LVG protection 240 V AC having long life and low energy consumption make Binay c Wiring Scheme All cables and wires interconnecting alternator to control panel NGR panel and changeover switch etc are to be supplied by the bidder i Control system will work on 415 VAC without neutral Control panel wiring shall be done with 2 5 sq mm flexible multi stranded copper 1100 V grade PVC insulated wires approved by ISI Tariff Advisory Committee and Fire Insurance Authority All wiring will have copper lugs amp terminal blocks as required Wiring for lighting circuit MCB power outlet and wiring for CT will be done with 2 5 sq mm flexible copper 1100 V grade PVC insulated wires approved by ISI TAC amp FIA amp have ring type lugs Wires shall be colour coded with numbered ferrules Make Finolex Havells ii Output from the alternator terminal box shall be connected to control panel input SDF unit with heavy duty 4 x 10 sq mm 1100 V grade PVC insulated and PVC sheathed armoured stranded copper cable approved by IS 1554 Cable is to be connected using copper lugs make NICCO CCI Finolex Havells iii AVR shall also be wired from alternator terminal box to control panel using heavy duty PVC insulated
33. es contract s for Tender No SDI9323P16 The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the 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 t
34. et 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 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 Technical RFX 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 Criteria Complied Not Complied Documentary evidence submitted not submitted 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 228 06 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 Page 2 of 6 Vendors who do not have OIL s User ID amp password shall obtain User ID amp password through online vendor registration sy
35. f antirust paint followed by 3 coats of light grey paint shade no 631 of IS 5 1 0 Accessories of COS Panel a Ino 4 pole 100 Amps changeover switch suitable for front operation with handle on panel door The incoming terminals of the COS shall be connected to the load terminals of the outgoing MCCB units of the alternator control panels The position of the connected incoming sides and off position shall be clearly visible from outside the panel door and also marked on the door Live parts of the COS shall be protected with terminal shrouds make GE Havells Crompton Greaves b One no 63 Amps 5 pin socket 3P 1N 1E mounted in a sheet steel enclosure The outgoing load terminals of COS as described above shall be connected to the socket From the socket power shall be fed to the outside load circuits Socket shall be suitably earthed at two points make BCH The MCCB to COS and COS to the 5 pin socket connection shall be done with heavy duty 4 x 10 sq mm 1100 V grade PVC insulated and PVC sheathed armoured stranded copper cable approved by IS 1554 using copper lugs make NICCO CCI Finolex Havells c The NGR shall be mounted on the Change Over Panel or the Generator Control Panel depending on the design adopted All such designs shall be approved by OIL before manufacture F ISOLATION TRANSFORMER l one no Isolation transformer should be provided to convert the 3phase 3wire to a 3phase 4wire system This
36. he contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard 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 co
37. he 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 The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors Page 3 of 5 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
38. ing of 10 Genset with all the equipment amp acoustic enclosure has been provided 9 Make amp Model of Engine 10 Make amp Model of Alternator 11 Make amp Model of Control Panel 12 Make amp Model of COS 13 Have you met all BEC BRC clauses Lar Part II DOCUMENT DOCUMENT a DESCRIPTIONS ENCLOSED REMARKS IF No Yes or No 1 Whether O amp M Manual Engine built up records Parts list of engine in soft as well as hard copy provided Whether documents of electronics system circuit diagram of the Engine amp Electrical circuit diagram of Alternator COS Panel provided Whether documents of Performance rating curves of the engine provided 5 Whether documents of Emission norms of the engine provided Whether documents of Heat load calculation of the engine provided Whether drawing of dimensional layout diagram of the Genset provided me PM 4 Whether documents of Specific fuel consumption of the engine provided Offer TePe eies en Gated uuusdakn RA OIL s Tender No s ervrrnnnnnrnnvnerrvnrnnnnnvnner Signature Name Designation Date Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder d mererereeerrernrnrveneennnnnne hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedur
39. ion of the generating set Easy amp convenient provision should also be there to take the generating set outside in case of emergency The hut should be complete with internal wiring and light fitting for illumination There should be 2 two nos screw type 15 watt LED fitting with bulb Heavy duty PVC insulated and PVC sheathed armoured stranded copper cable shall be used for wiring Suitable MCB should be used in the internal wiring Overall limiting dimensions of the skid should be L 8 0 m X W 2 5 m X H 2 5 m 1 2 Both the generating sets should be placed in common acoustic enclosure The acoustic enclosure should be modular type This should be easy assembling dismantling amp not fixed Page 10 of 14 type It should have following features a locking arrangement b Lifting arrangement c Draining arrangement for fuel and lube oil d Air breather e Hood for rain protection f Emergency stop button g Panel meter viewing window h Powder coated walls i Door Hinge must be made out of 6mm SS plate in place of C I C A hinge j Ino Fire extinguisher Cartridge type of classification Class B amp C Capacity 9Kg as per IS 15683 2006 to be provided inside each genset k Fire extinguisher should be of Kannex Safex Supremex Brand 1 3 Specification of the acoustic enclosure a The acoustic enclosure shall be designed and manufactured conforming to relevant standards suitable for outdoor instal
40. is to provide power to loads requiring a neutral e g bunk houses consumer utilities etc Isolation Transformer should have the following features Insulation Dry Type Enclosure minimum IP 23 rated Rating 30 kVA 3 Phase 50 Hz Ratio 415 V 415V Winding Delta primary Star Secondary 3phase Mounting On skid Page 8 of 14 Terminals Connection terminals suitable for connecting 10 or 16 sq mm copper cable The Transformer has to be adequately protected on both primary side by appropriately rated HRC fuses and secondary sides by appropriately rated MCCB G EARTHING 1 0 The earthing scheme for the unit should be as per IS 3043 1 1 Two nos 25 x 5mm GI straps shall be suitably fixed in each alternator unit near the floor Strap galvanization thickness should be min 85 micron and as per IS Alternator and Control panel body earth terminals changeover switch panel earth terminals enclosure base shall each be connected with two nos separate cables to both the straps with independent connections at separate points 1 2 Heavy duty PVC insulated PVC sheathed flexible single core IS approved aluminum cable of 25 sq mm size shall be used for each equipment earth connection The cables are to be terminated with lugs and suitably protected against mechanical damage Cable make Finolex Havells 1 3 Both the straps total 4 straps for both the sets shall extend up to the back side of the
41. ish 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 7 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 8 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 9 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 10 0 a The Integrity Pact is applicable against this tender Therefore please submit the Integrity Pact document duly signed along with your quotation as per BRC 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 submitted 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 Uploadi
42. lation exposed to weather conditions and to limit overall noise to 75dB A at a distance of I meter from the enclosure as pre latest CPCB norms under free field conditions b The enclosure shall be fabricated out of not less than 2mm thick on the outside cover and not less than 1 mm thick perforated powder coated sheet c Insulating material shall be high quality noise absorbent and fire retardant complying IS 8183 specification for better sound attenuation d The hinged doors shall me made out of not less than 2 mm thick CRCA sheet and not less than 1 mm thick perforated powder coated sheet and will be made air tight with neoprene rubber gasket and heavy duty locks The hinges door handles and bolts and nuts shall be of stainless steel e The enclosure should be powder coated f The enclosure shall have adequate ventilation to meet the air requirement for running the engine at rated load at site conditions and to expel the heat to maintain temperature rise inside canopy not more than 5 C for ambient up to 40 C and not more than 10 C for ambient temperature gt 40 C g There should be provision of draining of lub oil and coolant and filling of coolant h The enclosure shall be provided with suitable number of hinged doors along the length of the enclosure on each side for easy access inside the enclosure for inspection maintenance and operation i The enclosure shall have fuel filling point j The enclosure shall be of modular con
43. ly Signed using Class 3 digital certificate with Organisations 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 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 Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered Page 3 of 5 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 submitted 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 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 If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid
44. minimum period of 04 hrs continuously and on satisfactory performance shall be subsequently handed over to OIL Services of qualified and competent personnel from equipment manufacturer are essential during installation and commissioning of the same b Installation commissioning charges should be quoted separately which shall be considered for evaluation of the offers These charges should included amongst others to and from fares boarding lodging and other expenses of the commissioning engineers during their stay at Duliajan Assam India All Personal Income and Service Tax etc towards the services provided by the supplier shall be borne by the supplier and will be deducted at source Bidders should also confirm about installation commissioning in the Technical Bid c Any offer not quoting the installation commissioning charge shall be loaded with maximum charge for the same received against the tender for the evaluation purposes Moreover bidders should categorically confirm about the Service Income Taxes for evaluation purpose 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 14 of 14 ANNEXURE III TECHNICAL CHECK LIST The following check list must be completed and returned with the offer Please ensure that all these points are covered in your offer These will ensure that your offer is properly evaluated
45. mpetitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document 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
46. nager 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 have quoted your own product 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 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
47. ng Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii Priced bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the priced bid Page 4 of 5 iii 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 5 of 5 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI9323P16 DT 24 11 2015 Complied Not Complied Remarks if any ITEMNO 10 PROCUREMENT OF TWIN 30kVA WATER COOLED DIESEL ENGINE DRIVEN GENSET IN COMMON ACOUSTIC ENCLOSURE MOUNTED ON OIL FIELD SKID QTY 5 NOS Item Description Twin Generating set having water cooled vertical in line four stroke diesel engine coupled with alternator amp capable of developing minimum 24 KW 30 kVA at 3 phase 0 8 power factor 415 volt 50 Hz at 1500 rpm conforming to IS 10000 B
48. ng 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 If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid shall be rejected straightway b The name of the OIL s Independent External Monitors at present are as under SHRI RAJIV MATHUR IPS Retd Former Director IB Govt of India e Mail ID rajivmathur23 gmail com Page 5 of 6 11 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 12 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 13 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer 14 0 If Bank Guarantee is submitted towards Bid Security
49. ntrol system along with the offer b To provide details of manuals terminal drawings etc for engine safety control system along with the supply c To provide 2years spares of all Electronic cards and sensors d In case of 3rd party product address of OEM authorized dealers should be provided for procurement of spares in future e To provide trouble shooting manual guide for fault rectification in instrument panel along with the supply K SKID amp ACOUSTIC ENCLOSURE 1 0 Each engine amp alternator set should be in coupled condition and mounted on a common base frame skid fabricated out of ISMC100 duly bolted with the master skid The common base frame skid for both the D G sets should be mounted on a 03 three runner Oil Field type skid fabricated out of ISMB200 reinforced with suitable cross members Both ends front amp back of the skid should have 1000mm extended portion beyond the acoustic enclosure and it should be covered by 10mm chequered plate The ends of the skid should be projected out by 300mm and curved upwards 150 NB X 80 SCH pipe approx 11mm thick with provision for lifting should reinforce the end of skid for tail boarding 1 1 The Twin Genset Engine alternator control panel changeover switch fuel tank and other auxiliaries should be placed in a common acoustic enclosure The arrangement should be made such that the operators amp maintenance crew can enter and move inside the hut for normal inspect
50. o c Air Filter Qty 01 No d Electric Starter Qty 01 No e Charging Alternator Qty 01 No f Fuel Injector Qty 01 No g Radiator amp Alternator Power Transmission Belt Set Qty 01 No h Coolant specify brand name Qty 01 No i Fuel Pump Qty 01 No Quantity shown here is for evaluation purpose only Bidder should upload the price of spares as Annexure top Price Bid as Notes and Attaatchment 1 3 Bidder must quote unit price for following spare parts Item wise price of each spare part with part no should also be provided a Automatic voltage regulator unit along with any other component used with AVR b Standard forward diode for rotating rectifier assembly c Reverse diode for rotating rectifier assembly d Varistor surge protector 1 4 Total value of the spares should be included in the price of Gen Set The unit cost of above spare parts will be considered for bid evaluation However OIL reserves the right to decide the item amp quantity of spare parts for procurement along with the main equipment N PARTS LIST INSTRUCTION MANUAL amp DRAWINGS 1 1 Supplier shall provide 03 three sets of spare parts list operator instruction manual and workshop maintenance manual covering all the items for both engine and alternator in hard copy as well as soft copy 1 2 Supplier shall provide 2 two sets of drawing showing installation details of the generating set on the oilfield type skid
51. ocumentary evidence from the OEM or authorised dealer of other items from whom the purchase would be made along with the supply 1 2 The bidder must confirm in their offer that after sales service in respect of engine alternator and other equipment spares will be provided by their respective OEM or authorised dealers Page 13 of 14 who must have servicing facility dealership in India since the last Syears amp provide documentary evidence 1 3 The bidder must provide confirmation letter from OEMs for uninterrupted supply of spares of the equipment minimum for next 10years from the date of delivery of the equipment 1 4 Bidder must supply the maintenance tools as per Annexure II attached with the tender amp submit the same with the offer for technical scrutiny 1 5 Bidder must fill up the Technical Check List Annexure III attached with the tender amp submit the same with the offer for technical scrutiny 1 6 Bidder should arrange for onsite training of O amp M of the genset to the employee while commissioning of the equipment ITEM NO 20 INSTALLATION AND COMMISSIONING QTY 1 AU a The bidder will be intimated once the Gensets arrive at the site of OIL Duliajan Assam The bidder their authorized commissioning engineer will have to install amp commission the same in well sites in the presence of OIL representatives under following conditions i At no load for 2 hours ii Test run on available load for a
52. 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
53. panner deep offset hexagon ring set in Metric amp O1 Set Inch 13P C per each set 3 Heavy duty Double Hexagon Standard Socket compatible for 7 Sq Drive 01 Set in Metric amp Inch 8mm to 36mm 1 4 to 1 3 8 26P C system per each set 4 Reversible quick release Ratchet compatible for 2 Sq Drive overall O1 Set length 250mm 0 per set 5 Sliding T Bar compatible for 2 Sq Drive Olper set Ol Set 6 Extension Bar compatible for 1 2 Sq Drive overall length 75mm Olper set 01 Set 7 Extension Bar compatible for 12 Sq Drive overall length 125mm 01per O1 Set set 8 Extension Bar compatible for 2 Sq Drive overall length 250mm 01per O1 Set set 9 Universal Joint compatible for 2 Sq Drive overall length 78mm 01per Ol Set set 10 L Handle compatible for 12 Sq Drive overall length 250mm 01per set Ol Set 11 Adapter 4 F X 1 2 M Olper set Ol Set 12 Adapter 2 F X 34 M Olper set Ol Set 13 Universal Socket Wrench drive 1 4 3 8 72 9 16 5 8 Olper set 01 Set 14 Screw Driver Standard Blade Cushion grip 8mm X 250mm Olper set Ol Set 15 Screw Driver 9 Tips with handle Cushion grip Olper set Ol Set 16 Adjustable Spanner 200mm 8 Olper set Ol Set 17 Adjustable Spanner 300mm 12 Olper set Ol Set 18 Allen Key Set Long Metric amp Inch 1 5mm to 12mm 12nos amp 1 16 to O1 Set 17 12nos Olper set 19
54. s AVR should be suitable for motor load duty h Alternator frame should be made from MS or Cast steel Alternator bodies of light construction material may not be accepted 1 5 Technical Specification of Neutral Grounding Resistance NGR The NGR system shall comprise of one Neutral Grounding Resistance The NGR shall be able to restrict earth fault currents to 750 milli Amp as per Regulation 100 of CEA Regulations Measures relating to Safety and Electric Supply 2010 The details of NGR are as follows a Mounting The NGR shall be mounted on a separate cabinet on the generator skid b Connection One end of the NGR is to be connected to the neutral conductor of the Alternator Bus The other end should have provision to connect with earth via cable The earthing shall be done by insulated single core copper cable of size not less than 4 mm c Type of NGR Wire wound resistor 1000 Ohms in parallel to achieve the required NGR value d NGR Monitor The NGR shall have a monitoring system which shall alert the operator under the following conditions i If there is an earth fault and any of the phases are grounded ii If there is a breakage of the neutral path iii If the NGR are open circuited or short circuited The NGR system may be connected either at the generator neutral points individually or at one common point the neutral bus in the change over panel The design of the system should be such that the system neutral i
55. s at all times grounded through the NGR regardless of which alternator is providing power This should be automatic without any manual intervention The design shall be approved by OIL before manufacture Appropriate Instrument transformers CT PT shall be used wherever necessary by design Bidder shall have to provide details of proposed NGR system in a schematic diagram with his bid D CONTROL PANEL Individual control panel for each alternator and change over switch shall be placed inside the acoustic enclosure 1 0 Construction details a Sheet steel clad self supporting floor mounting cubicle type dust and vermin proof generating set control panel made of 2mm thick MS CRCA sheet and built upon rigid framework having front and rear hinged doors with danger plate fitted on both sides lifting lugs on top ventilation louvers on both sides bottom detachable gland plates double earthing studs on two sides complete with suitably sized zinc passivated hardware with heavy plain and spring washers The panel doors should have neoprene rubber gasket The panel should be designed and manufactured as per IS 8623 Suitable wire mesh should be provided on the inner side of the louvers to prevent entry of insects b Panel should be supported on frame of 3 15mm thick sheet metal so that bottom cable entry plate of panel is at suitable height min 300mm from floor of the unit for easy and safe entry of power and control cables The frame
56. shall be rejected straightway xii 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 In case the Party refuses to sign Integrity Pact e 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 i Offers which meet the BRC requirement clauses as above shall be evaluated only ii Lowest L1 bidder will be awarded the contract In case of identical lowest offered rates by more than l one bidder the selection will be made by draw of lot among the bidders offering the identical lowest rates B COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevaili
57. stem 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 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 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 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIA
58. struction k The enclosure shall be designed for easy access to the radiator for maintenance 1 The Inside of the enclosure shall be provided with minimum 4 no 15 watt CFL Flameproof Well glass fitted luminaire for illumination with necessary wirings and ISI marked accessories m The enclosure should be type tested Bidders should provide detail drawing of above mentioned skid amp enclosure for technical scrutiny L OPERATING CONDITIONS AT SITE The engine alternator should be suitable for operation at the following site conditions Page 11 of 14 Engine room temperature max 45 C Engine room temperature min 05 C Max relative humidity at 21 C 98 Max relative humidity at 35 C 95 Max relative humidity at 41 C 70 Altitude max 130 metres Average annual rainfall 343cms M SPARE PARTS 1 1 Spare Parts list for two years normal operation of the generating set engine alternator control panel COS panel etc in addition to commissioning spare parts shall be provided along with the offer Item wise price break up should also be provided 1 2 Bidder must quote unit price for following spare parts Item wise price of each spare part with part no should also be provided Bidder must mention in their offer the total quantity of each of the following spare part require for running of each engine for 2000hrs a Fuel Filter Qty 01 No b Lube Oil Filter Qty 01 N
59. sulated multi strand copper cable Separate cable box shall be provided for supporting power cable Suitable size of cable gland should be fitted in the terminal box Cable gland and entry hole shall also be provided in the TB for AVR cables mounted on the control panel c Neutral point of each alternator shall be connected to the NGR see NGR Specs below and thereafter to 2 two nos heavy duty PVC insulated PVC sheathed flexible single core IS approved copper cables of 25 sq mm size and of sufficient length minimum 5 0 m for earth connection to separate earth electrodes near the skid The free ends of cables are to be terminated with heavy duty tinned copper tubular lugs Earth cable shall be protected to avoid any damage and to be run in galvanized flexible MS conduit Entry holes shall be provided in the alternator TB for entry of earthing cables Cable make Finolex Havells d 2 nos of earth studs are to be provided on both sides of the alternator for body earthing e Lifting hooks are to be provided for lifting the alternator f Automatic voltage regulator should be mounted in the control panel with approved rubber bushes under AVR mounting holes to reduce vibration AVR should have under speed amp over Page 4 of 14 excitation protection features with LED display g Alternator windings and AVR should be suitable for humid atmosphere as per ambient conditions mentioned above in the technical specification
60. ted Voltage 415 Volts permissible variation 2 at rated speed load amp PF 3 Phase 3ph 4 wire neutral point has to be brought out to generator terminal box but not connected to any power circuit The Neutral conductor shall be grounded through a Neutral Grounding Resistor NGR refer part B below 4 Type Brushless 5 Frequency rated 50 Hz permissible variation 2 at cycle rated load amp PF 6 Rated power factor 0 8 lagging 7 No of Poles 4 four 8 Class of insulation Class F H 9 RPM 1500 10 Phase sequence UVW 11 Conforming to IS 4722 13364 with latest amendment 12 Rating Continuous suitable for Motor loads 13 Connection Y Star 14 Alternator Enclosure amp Terminal Box Protection IP 23 minimum 15 Amplitude of Should be as per IS 12075 vibration 16 Excitation system Brushless self excited and self regulated with solid state AVR The AVR should be mounted in separate control panel and not on body of alternator 17 Motor starting 200 of FLC for 10 sec with max voltage ability dip of 20 Page 3 of 14 18 Unbalanced current 25 of FLC continuously with none of carrying capacity the phase currents exceeding the rated current 19 Short circuit Shall not exceed 15 times the peak value current withstand or 21 times the RMS value of the rated capacity current in the case of short circuit on all phases during operation at rated voltage 20 Voltage swing Maximum 10
61. the foregoing tests shall be submitted to OIL The test certificates records shall be supplied in quadruplicate and those for electrical equipment shall be endorsed suitable for use in the climatic conditions specified Supplier should also certify that spark plug cables are protected and possibility of spark is completely eliminated Q PACKING The packing of the spares shall be adequate to withstand rough handling transit damage Boxes packing cases containing electrical equipment shall be water proof lined Control panels and electrical items in particular should be packed with sufficient care with shock vibration proof lining to prevent transit damage Loose components shall be packed separately R ADDITIONAL ITEMS Any item not included in the specifications but necessary for efficient control and operation of the alternator may be included in the offer S SPECIAL NOTES FOR BIDDER 1 0 The bidder should be an OEM or an authorised dealer of OEM for engine or an assembler for Generating set having authorization from the OEM of the engine to assemble Generating set of minimum capacity of 30kVA Documentary evidence towards dealership certificate authorisation certificate must be submitted along with the offer 1 1 If the bidder is an OEM or authorised dealer of engine or an assembler he must purchase the items other than his own scope of supply from OEM or authorized dealer of those items In that case bidder must provide the d
62. to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years Page 2 of 5 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
63. w Time in IST Monday Friday 07 00 AM to 11 00 AM 12 30 PM to 03 30 PM Saturday 07 00 AM to 11 00 AM Sunday and Holidays Closed Vendors should contact OIL officials at above timings only c General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Page 1 of 6 d e g h i 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 All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on OIL s website www oil indiacom and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued in the press Prospective bidders are requested to regularly visit the website and e portal to keep themselves updated 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 s

Download Pdf Manuals

image

Related Search

Related Contents

Netatmo User Manual  Voltage Tester Instruction Manual  39 66 allo docteur - Agence régionale de santé  Vigo VG3221L Installation Guide  DULCOMETER® Compact Controller - Magnitud de  ORiNプロバイダ登録チェックリスト  Binatone Trend 1  manuel  

Copyright © All rights reserved.
Failed to retrieve file